HomeMy WebLinkAbout4.554A Original Contractr
Washington State
/1 Department of Transportation
Paula J. Hammond, P.E.
Secretary of Transportation
e,5
Mr. Glen Cutler
Public Works Director
City of Port Angeles
PO Box 1150
Port Angeles, Washington 98362 -0217
Dear Mr. Cutler:
November 30, 2010
Sincerely,
r^
,�►N— J"'-''— C
ss A (X 12�
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504 -7300
360 705 -7000
TTY: 1
sdot.v�
City of Port Angeles
S and Tumwater Bridge Replacement
BRM- 7544(006)
LA -5617, TA -2621
Administrative Review
Kathleen B. Davis
Director
Highways Local Programs Division
KBD:el:ac
Enclosure
cc: Neal Campbell, Olympic Region Local Programs Engineer, MS 47440
Project Support Services, MS 47420
01 mpic Re :i• i ccountant, MS 47440
gency ccount'
1)EC 3 2010
OF PQFIA 1_ES
CITYPUBLIC \,OR
The Highways Local Programs Division has conducted an administrative review (see enclosure) of
the reimbursement of federal funds to your agency for the subject project with the following results:
Net Balance Due Agency 5,929.64
Total Federal Expenditures 10,800,000.00
An electronic fund transfer for this amount was processed on November 18, 2010, in the final
settlement of the project.
This final accounting constitutes settlement and closure of this agreement. Representatives of the
State Auditor's Office, WSDOT and the federal government may perform a financial and/or
procedural audit of the cost records pertaining to this agreement within a three -year period. If these
activities occur and discrepancies are noted, this final settlement may require adjustment. In
accordance with Federal and State regulations, the agency shall retain such records and
accounts on this project until at least November 30, 2013.
The Highways Local Programs Division is pleased to have assisted you in this project by facilitating
the transfer of federal funds to your agency.
LL.s5
i
i
Project Total
Local Agency Costs
Total Federal Funds Due to Agency
Federal Funds Paid to Agency
Federal Funds Due to Agency
Federal Project Number: BRM- 7544(006)
Agency: City of Port Angeles Description: 8th Tumwater Br Replacement
Agreement: LA -5617 Fed Appropriation: 1140/Q120/L1C0
Authorized: $10,800,000 Effective Date: PE 09/10/03
Work Orders: TA -2621 CN 11/21/05
10,754,694.68
10,748,765.01
5,929.67
State Costs
Total State Costs 50,023 19
Less Federal Share 45,305.32
Subtotal 4,717.87
Indirect Costs 0.00
Amount Due from Agency 4,717.87
Amount Received from Agency 4,717.85
Due from Agency 0.02
Issue a Warrant in the Amount of. 5,929.64
Pro Rata:
Federal Share -PE.
Federal Share -RW:
Federal Share -CN:
TOTAL
Federal $s Authorized
(Inc) /Dec. in Obligation
PE
CN
Non Costs in
Total Participating Excess of Participating Federal
80.00%
100.00%
TA -2621
Agency PE 1140 36,428.79 0.00 2,420.67 34,008.13 27,206.50
Agency PE Q120 9,631.90 0.00 640.04 8,991.86 7,193.49
Consultant PE 1140 959,060.45 0.00 101,910.56 857,149.89 685,719.91
Consultant PE Q120 109,994.51 0.00 9,870.40 100,124.11 79,452.99
State PE 1140 8,842.00 0.00 0 01 8,841.99 7,073.59
State PE Q120 14,691.92 0.00 0.02 14,691.90 11,753.52
Contract CN L1C0 8,453,644.68 0 00 346,699.17 8,106,945.51 8,102,769.56
Contract CN Q120 940,925.01 0.00 37,626.93 903,298.08 902,352.23
Consultant CN L1C0 966,035.64 0.00 174,035.63 792,000.01 792,000.01
Consultant CN Q120 107,337.28 0.00 19,337.29 87,999.99 87,999.99
Agency CN L1CO 85,527.42 0.00 22,527.41 63,000.01 63,000.01
Agency CN Q120 9,503.03 0.00 2,503.04 6,999.99 6,999.99
State CE L1C0 23,840.37 0.00 9.95 23,830.42 23,830.42
State CE Q120 2,648.90 0.00 1.11 2,647.79 2,647.79
Total 11,728,111.90 0.00 717,582.23 11,010,529.67 10,800,000.00
11,728,111.90 0 00 717,582.23 11,010,529.67 10,800,000.00
818,400.00
0 00
9,981,600.00
10,800,000.00
10,800,000.00
0.00
I
I
.
.
I
PROJECT MANUAL
for
8TH STREET BRIDGE REPLACEMENTS
PROJECT NO. 02-15
CONTRACT NO. - TA2621 (8th & Tumwater Bridge)
- TA2622 (8th & Valley Bridge)
CITY OF PORT ANGELES
WASHINGTON
JANUARY 2007
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
For information regarding this project, contact:
James M. Malhum, Project Manager, City of Port Angeles
360-417-4701
CON 'F"oRM.E: D CCPi
#.1
...
..~
"
.0
~
~
~
.
.
WASHINGTON, U.S.A.
PUBLIC WORKS & UTiliTIES DEPARTMENT
ADDENDUM NO.1
TO
PROJECT MANUAL
FOR
atll Street Bridge Replacements
PROJECT NO. 02-15
Contract No. - TA2621 (8th & Tumwater Bridge)
-TA2622 (8th & Valley Bridge)
NOTICE TO PROSPECTIVE BIDDERS
Bid Opening March 13,2007
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are
amended as follows:
RESPONSES TO QUESTIONS RECEIVED AS OF FEBRUARY 23, 2007
1. Is a coffer dam or water diversion going to be needed for the bridge removal?
The bridge removal shall be accomplished in accordance with the requirements of the
Project Manual and the WDFW Hydraulic Project Approval (HP A). Please note
Provision 3 in the HP A.
2. I just noticed that the existing NB SR117 is moved over to a "proposed" SR 117 alignment.
Is the moving of that road completed? lfnot, is it part of this project, and ifso, how is it to
be paid?
SR 117 shall be reconstructed as part of this project as shown on Sheet AS - Plan and
Profile. Sheet R2 - Roadway Section, Section F, shows the new roadways section and
the station limits of the construction. Quantity Tab Sheets QI and Q2 show the
appropriate removal items and the new paint line. The removal items not shown on sheet
Ql are included in the Removal of Structures and Obstructions as stated in the Special
Provisions. The roadway excavation is included in the estimated quantities. The
surfacing quantities are included in the estimated quantities for the applicable
Items.
Created 011 2i2512007 9 3700 AM
N:IPROJECTSI02- J 5 Bib SL BndgeslPcoJecC ManuallConcrete S!ructwe\Addendum No.1 IAddendum No J doc
.,.
~
.
.
.
BID FORM
1. Revise Bid Item No. 35 to read as follows:
Description Quantity
St. Reinf. Bar for Bridge 595,000
Note: New Bid Form page attached.
Units Unit Price
LB
Extended
SPECIAL PROVISONS
1. The City will provide, at no cost to the contractor, P APD escort/traffic control for
prestressed concrete girder deliveries that are scheduled a minimum of two (2) weeks in
advance.
2. Changes to the Summary of Quantities for Superstructure and Roadway Deck, Page N -83,
revise the following quantities to read:
Superstructm'e - Tumwater Creek
Epoxy Coated St. Reinf. Bar
St, Reinf. Bar
Concrete Class 4000D
Concrete Class 4000
Elastomeric Bearing Pad
Transverse Elastomeric Girder Stop Pad
Cast Iron Bollard
3. Elevation corrections for shaft casings. Page N-96, revise the following elevations to read:
B. The Contractor shall furnish and install casings as follows:
Upper
And Lower
Elevation Limits
for Concurrent
Casing Placement
with Excavation
Superstructure - Valley Creek
Epoxy Coated St. Reinf Bar
St. Reinf Bar
Concrete Class 4000D
Concrete Class 4000
Elastomeric Bearing Pad
Transverse Elastomeric Girder Stop Pad
Cast Iron Bollard
Bridge
Name
Bridge
Pier No.
Casing
Type
Tumwater
Tumwater
Tumwater
Tumwater
Tumwater
Tumwater
Pier 2 Lt
Pier 2 Rt
Pier 3 Lt
Pier 3 Rt
Pier 4 Lt
Pier 4 Rt
Permanent
Permanent
Permanent
Permanent
Permanent
Permanent
Created 00 212512007 9'37-{)O AM
336,500 LBS.
64,800 LBS.
1,295 C.Y
360 C.Y
10 EACH
20 Each
7 Each
336,800 LBS.
64,800LBS.
1,295 C. Y
360 C.Y.
10 EACH
20 Each
7 Each
Elev. Of
Bottom of
Required
Casing (ft)
62.00
55.00
37.00
37.00
33.00
33.00
Exist Ground to 62.00
Exist Ground to 55.00
Exist Ground to 37.00
Exist Ground to 37.00
Exist Ground to 33.00
Exist Ground to 33.00
N-\PROJECTSl02-15 8tlt Sf DndgesIProjecl MalluallConcrcte Slructure\Addendum No l\Addcndum No.1 doc
~
.
.
.
Tumwater
Tumwater
PIer 5 Lt
Pier 5 Rt
Permanent
Permanent
25.00
44.00
Exist Ground to 25.00
Exist Ground to 44.00
Valley
Valley
Valley
Valley
Valley
Valley
Valley
Valley
Pier 2 Lt
Pier 2 Rt
Pier 3 Lt
Pier 3 Rt
Pier 4 Lt
Pier 4 Rt
Pier 5 Lt
Pier 5 Rt
Permanent
Permanent
Permanent
Permanent
Permanent
Permanent
Permanent
Permanent
63.00
62.00
33.00
33.00
36.00
36.00
44.00
54.00
Exist Ground to 63.00
Exist Ground to 62.00
Exist Ground to 33.00
Exist Ground to 33.00
Exist Ground to 36.00
Exist Ground to 36.00
Exist Ground to 44.00
Exist Ground to 54.00
ATTACHMENTS TO THE SPECIFICATIONS
1. Replace the Hydraulic Project Approval (HP A) Permit with the new HP A. The new permit
expiration date is: October 01, 2009.
PLANS
1. On Plan Sheet No. C3, 37 of 158, correct the sign SIZE (INCHES) in the SIGNING
SCHEDULE for Sign 4 and Sign 5 as follows:
The sign SIZE (INCHES) for Sign 4 "Sth ST." is revised from 16X60 to SX30
The sign SIZE (INCHES) for Sign 4 "CEDAR ST." is revised from 16Xn to 8X36
The sign SIZE (INCHES) for Sign 5 "Sth ST." is revised from I6X60 to SX30
The sign SIZE (INCHES) for Sign 5 "CEDAR ST." is revised from 16Xn to SX36
2. Plan Sheets TI5, Tl6, T19, T20, T25, T31, T33, T43, T44, VB, VI5, VI6, VI9, V20, V25,
V31, V33, V43 and V44 have been revised as noted on the plans.
The Bid Opening Date has not been changed.
This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual
that is submitted to the City. Failure to do so may result in the proposal being rejected as non-
r~Ave. L.~
....{'ary ~worthY
City Engineer
Attachements:
Bid Form - Sheet 1-13
Attachment - Revised HP A
Plan-SheetsTI5, T16, T19, T20, T25, T31, T33, T43, T44, VB, V15, V16, V19, V20,
V25, V31, V33, V43 and V44
Created 011 212512007 9 37:00 AM
N.\PROlECTS\02-IS 8th St BndgesIProjectManual\Concrctc Structure\AddendumNo. l\Addelldllm No I doc
,
.
.
.
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
23 2-09 Shoring Or Extra 1 LS
Excavation CL. A
24 2-09 Structure Excavation 2,171 CY
Class B Incl. Haul
25 2-09 Shoring Or Extra 5,815 SF
Excavation CL. B
26 2-09 Gravel Backfill for Pipe 700 CY
Zone BeddinQ
27 2-09 Gravel Backfill For Wall 450 CY
28 2-09 Force Account Lean 1 Est $5,000.00 $5,000.00
Concrete
29 2-09/ Construction Access 1 LS
SP Road - Tumwater
Creek
30 2-09/ Construction Access 1 LS
SP Road - Valley Creek
31 4-01 Crushed Surfacing Base 1,600 Ton
Course
32 5-04 Planing Bituminous 850 SY
Pavement
33 5-04 HMA CI. B Pg 64-22 1,100 Ton
34 5-04 Anti-StrippinQ Additive 1 Est $550.00 $550.00
35 6-02 St. Reinf. Bar For 595,000 LB
Bridoe
36 6-02 Cone. Class 4000 For 2,536 CY
Bridqe
37 6-02 Deficient Strength Cone. 1 Calc -1 -1
Price Adiustment
38 6-02 Expansion Joint System 192 LF
Strip Seal - Superstr.
39 6-02 Superstructure - 1 LS
Tumwater Creek
40 6-02 Superstructure - 1 LS
Valley Creek
41 6-02 Prestressed Cone. 7,378 LF
Girder W83G
42 6-02 Soil Excavation For 2,075 CY
Shaft Includinq Haul
43 6-02 Furnishing Permanent 208 LF
Casing For 9'0" Diam.
Shaft
CiTY OF PORT ANGELES
8'" Street Bndge Replacement
Project No 02-15
1- 13
000328
January, 2007
.;
.
.
.
W Washington
Department of
FISH and
" WILDLIFE
HYDRAULIC PROJECT APPROVAL
Coastal
48 Devonshlle Road
Montesano, WA 98563
(360) 249-4628
RCW 77 55.100 . Appeal pursuant 10 Chapter 34 05 RCW
Issue Date' June 13, 2006
Project Expiration Date: October 01,2009
Control Number'
FPAlPublic Notice #:
101226-2
N/A
P - - - ~ AUTHORIZED AGENT OR CONTRACTOR
........ \\ 7 t'"" -
City of Port Angeles ~',S7~O \0 rg n
l~~~~li! II
A TTENTION: Jim Mat
321 East Fifth Street
Port Angeles, W A 983 - ~17 _-.--J~
360-417-4701
Fax: 360-417-4709
Project Name:
Project Description:
8th Street Bridges
Two bridges on 8th Street that cross over Valley and Tumwater Creeks will
be replaced.
PROVISIONS
1. Work shall be accomplished per plans and specifications approved by the Washington
Department of Fish and Wildlife entitled, "8th Street Bridge Replacements", except as modified by
this Hydraulic Project Approval. A copy of these plans shall be available on site during
construction.
2. Excavation for and placement of the foundation and superstructure shall be outside the ordinary
high water line.
3. Any excavation needed for the installation and/or removal of footings/abutments associated with
any of the bridges, shall be completely separated from the streams. Placement of abutments for
the temporary work bridges shall be landward of the top of the bank. These locations shall be
approved in advance of their installation by the Habitat Biologist listed below or his designee.
Removal of the existing bridge footings, that are located Within 25 feet of any stream, shall also be
approved in advance by the Habitat Biologist listed below or hiS designee.
4. The old and new permanent bridge structures as well as the temporary work bridges, shall be
placed and/or removed in a manner to prevent damage to the streambeds and minimize damage to
stream banks
5. Mitigation for construction Impacts shall consist of large woody material (LWM) placement in the
streams. LWM length shall be no less than two times the bankful width of the stream. LWM
diameter shall be no less than 12 inches in diameter on the cut end. LWM shall preferably have Its
rootwad attached and be conifer A minimum of three pieces of LWM shall be placed in each
stream.
Page 1 of 6
.'
.
.
.
W Washington
Department of
,. <, FISH and
.'" ". WILDLIFE
HYDRAULIC PROJECT APPROVAL
Coastal
48 Devonshire Road
Montesano. WA 98563
(360) 249-4628
RCW 77 55 100. Appeai pursuant to Chapter 3405 RCW
Issue Date: June 13, 2006
Project Expiration Date, October 01, 2009
Control Number:
FPA/Public Notice #.
101226-2
N/A
6. The new permanent bridges shall be constructed to pass the 1 DO-year peak flow with
consideration of debris likely to be encountered, The temporary work bridges shall be of sufficient
height to freely pass all flows and debris which may occur while they are in place.
7. At least one end of the temporary bridges or stringers shall be securely anchored.
8. All bridge stringers shall be placed in a manner to minimize damage to the streambeds or banks.
9. Removal of the existing structures shall be accomplished so the structure and associated
material does not enter the stream. Material shall be disposed of so it will not re-enter the stream.
10. The bridge decks shall be cleaned of aggregate or earth materials prior to bridge removal. This
material shall be disposed of so it will not enter the stream.
11. Removal shall be accomplished by mechanical means. This Hydraulic Project Approval does
not authorize blasting,
12. Equipment used for thiS project may operate below the ordinary high water line, provided the
drive mechanisms (wheels, tracks, tires, etc.) shall not enter or operate below the ordinary high
water line.
13. Equipment used for this project shall be free of external petroleum-based products while
working around the streams. Accumulation of soils or debris shall be removed from the drive
mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment pnor to its working below
the ordinary high water line. EqUipment shall be checked daily for leaks and any necessary repairs
shall be completed prior to commencing work activities along the streams.
14 Other than Provision 15 below, equipment crossings of the stream are not authorized by thiS
HPA.
15. To allow for geotechnical dnlling, at the Tumwater Creek site one round trip eqUipment
crossings of the stream shall be allowed. The crossing shall be confined to the area north of the
existing bridge. This activity shall not be construed as 'establishing a ford',
Page 2 of 6
./
.
.
.
~ WashIngton
Department of
, FISH and
. WILDLIFE
HYDRAULIC PROJECT APPROVAL
Coastal
48 Oe'lOl1shlfa Road
Montesano, WA 98563
(360) 249-4628
RCW 77 55.100 - Appeal pursuanllo Chaoter 3405 RCW
Issue Date: June 13, 2006
Project Expiration Date: October 01. 2009
Control Number
FPAlPublic Notice #.
101226-2
N/A
16. All wooden components associated with the temporary work bridges shall not contain creosote
or pentachlorophenol. This shall include pilings, beams, structural supports, and decking.
17. If at any time, as a result of project activities, fish are observed In distress, a fish kill occurs, or
water quality problems develop (including equipment leaks or spills), immediate notification shall be
made to the Washington Department of Ecology at 1-800-258-5990, and to the Area Habitat
Biologist listed below.
18. During all phases of this project, sediment-laden water shall not be allowed to enter the
streams.
19. Erosion control methods shall be used to prevent Silt-laden water from entering the stream.
These may include, but are not limited to, straw bales, filter fabric, temporanj sediment ponds,
check dams of pea gravel-filled burlap bags or other material, and/or Immediate mulching of
exposed areas. There shall be no sediment laden water allowed to enter any stream as a result of
this project.
20. Wastewater from project activities and water removed from within the work area shall be routed
to an area landward of the ordinary high water line to allow removal of fine sediment and other
contaminants prior to being discharged to the stream.
21. All waste material such as construction debns, silt, excess dirt or overburden resulting from this
project shall be deposited above the limits of flood water in an approved upland disposal site:
22. If high flow conditions that may cause siltation are encountered dUring this project, work shall
stop until the flow subsides
23. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement,
sediments, sedIment-laden water, chemicals, or any other toxic or deleteriOUs materials are allowed
to enter or leach into the streams.
24. Fresh concrete or concrete by-products shall not be allowed to enter the streams at any time
during this project.
Page 3 of 6
.
.
.
W Washington
Department of
. FISH and
~' WilDLIFE
HYDRAULIC PROJECT APPROVAL
Coastal
48 Devonshire Road
Montesano, WA 98563
(360) 249-4628
RCW 77 55 100 - Appeal pursuant to Chapter 34 05 RCW
Issue Date: June 13. 2006
Project Expiration Dale: October 01. 2009
Control Number'
FPAlPublic Notice #:
101226-2
N/A
PROJECT LOCATIONS
Location #1 8th Street Bridge over Valley
WORK START, June 13, 2006 IWORK END: October 01, 2009
WRIA. IWalerbody. I Tnbutary to:
- Ivalley Creek
18.0249 Strait Of Juan De Fuca
1/4 SEC' Section Township. Range. Latitude: longItude. County
- - -
SE 1/4 04 30 N 06W N 48.11529 W 123.44499 Clallam
location ~1 Dnving Directions
Proceed west on 8th Street from Lindon Street to the project site
Location #2 8th Street Bndge over Tumwate
WORK START: June 13, 2006 lWORK END: October 01. 2009
WRIA- Walerbody Tnbutary 10.
-
18.0256 Tumwater Creek Strait Of Juan De Fuca
1/4 SEC. Seclion T ownshlp- Range latitude longitude County
- - -
SE 1/4 04 30 N 06W N 48.11992 W 123.45109 Clallam
locatIon #2 DrivIng Dlrecllons
Proceed west on 8th Street from Lincoln Street to the project site.
NOTES
APPL Y TO ALL HYDRAULIC PROJECT APPROVALS
This Hydraulic Project Approval pertains only to those requIrements of the Washington State Hydraulic Code,
specifically Chapter 77.55 RCW (formerly RCW 77 20) Additional authorization from other public agencies may be
necessary for this project. The person(s) to whom this Hydraulic Project Approval IS issued is responsible for applying
for and obtaining any additional authorization from other pUblic agencies (local. state and/or federal) that may be
necessary for thiS project.
This Hydraulic Project Approval shall be available on the Job site at all times and all its provIsions followed by the
person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work.
This Hydraulic Project Approval does not authOrize trespass
The person(s) to whom thiS Hydraulic Project Approval IS issued and operator(s) performing the work may be held
liable for any loss or damage to fish life or fish habitat that results from failure to comply With the proviSions of thiS
Hydraulic Project Approval
Failure to comply with the proVisions of thiS Hydraulic Project Approval could result in a civil penalty of up to one
hundred dollars per day and/or a gross misdemeanor charge, pOSSibly punIshable by fine and/or Imprisonment
Page 4 of 6
'\
,
.
.
.
W. Washington
Department of
,-" FISH and
,<" WILDLIFE
HYDRAULIC PROJECT APPROVAL
Coaslal
48 Devonshire Road
Montesano. WA 98563
(360) 249.4628
RCW 77 55 1 CO . Appeal pursuant to Chapter 34 05 RCW
Issue Date. June 13,2006
Project Expiration Date: October 01. 2009
Control Number
FPAlPubfic Notice #.
101226-2
N/A
All Hydraulic Project Approvals issued pursuant to RCW 77 55.021 (EXCEPT agriculturallrngatlon, stock watenng or
bank stabilization projects) or 77 55.141 are subject to additional restrictions, conditions or revocation if the Department
of Fish and Wildlife determines that new biological or physical information Indicates the need for such action The
person(s) to whom this Hydraulic Project Approval is issued has the nght pursuant to Chapter 34.04 RCW to appeal
such decisions. All agricultural imgation, stock watenng or bank stabilization Hydraulic Project Approvals Issued
pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after
consultation with the person(s) to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER, that such
modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301.
APPEALS INFORMATION
If you wish to appeal the issuance or denial of, or conditions proVided In a Hydraulic Project Approval, there are
informal and formal appeal processes available.
A. INFORMAL APPEALS foNAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55 021,
77.55.141,77.55.181, and 77.55.291. A person who is aggrieved or adversely affected by the following Department
actions may request an Informal review of'
(A) The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic
Project Approval; or
(B) An order imposing civil penalties A request for an INFORMAL REVIEW shall be In WRITING to the Department
of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be
RECEIVED by the Department Within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an
order imposing civil penalties. If agreed to by the aggrieved party. and the aggneved party is the Hydraulic Project
Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and
his/her supervisor. If resolution is not reached, or the'aggneved party is not the Hydraulic Project Approval applicant.
the Habitat Techntcal Services Division Manager or his/her designee shall conduct a review and recommend a decision
to the Director or his/her designee If you are not satisfied with the results of this informal appeal, a formal appeal may
be filed.
B. FORMAL APPEALS CNAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021
(EXCEPT agnculturallrrrgation, stock watering or bank stabllizalion projects) or 77.55.291.
A person who is aggrieved or adversely affected by the following Department actions may request a formal review of:
(A) The denial or issuance of a Hydraulic Project Approval, or the conditions or prOVIsions made part of a Hydraulic
Project Approval;
(B) An order imposing civil penaltIes; or
(C) Any other 'agency action' for which an adjudicative proceeding is required under the Administrative Procedure
Act, Chapter 34.05 RCW
A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals
Coordinator, shall be plainly labeled as 'REQUEST FOR FORMAL APPEAL' and shall be RECEIVED DURING
OFFICE HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-1091, within 3D-days of
the Department action that is bemg challenged. The time penod for requesting a formal appeal is suspended dunng
consideration of a timely informal appeal If there has been an informal appeal, the deadline for requesting a formal
appeal shall be within 3G-days of the date or the Departmeni's written deCIsion in response to the mformal appeal
C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agncultural rrrigation,
stock watering or bank stabilization only), 7755.141, 77.55.181, or 77 55 241 A person who is aggneved or adversely
affected by the demal or Issuance of a Hydraulic Project Approval. or the conditions or proviSions made part of a
Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to
the Hydraulic Appeals Board per WAC 259-04 at Environmental Heanngs Office, 4224 Sixth Avenue SE, Building Two-
Rowe SIX, Lacey, Washmgton 98504. telephone 360/459-6327.
D FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21L RCW' A person
who IS aggrieved or adversely affected by the denIal or issuance of a Hydraulic Project Approval, or the conditions or
proVlslons made part of a Hydraulic Project Approval may request a formal appeal The FORMAL APPEAL shall be in
Page 5 of 6
.
"
/
.
.
.
\t' WashIngton
Department of
.' FISH and
. ~- 'WILDLIFE
Coastal
48 Devonshire Road
Montesano, WA 98563
(360) 249.4628
HYDRAULIC PROJECT APPROVAL
RCW 77 55 100 - Appeal pursuant 10 Chapter 34 05 RCW
Issue Date: June 13, 2006
Project Expiration Date' October 01. 2009
101226-2
N/A
Control Number'
FPA/Pubhc Notice #.
accordance with the provisions of Chapter 43 21L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL
shall be In WRITING to the Environmental and Land Use Hearrngs Board at EnVIronmental Hearings Office,
Environmental and Land Use Hearings Board, 4224 Sixth Avenue SE, Building Two - Rowe SIX, P.O. Box 40903,
Lacey, Washington 98504; telephone 3601459-6327,
E FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is
no llmely request for an appeal, the department action shall be final and unappealable
ENFORCEMENT: Sergeant Makoviney (31) P2
Habitat Biologist
Chris Byrnes 360-417-1426
CC:
...., ...~. ,. // ..
U.;.~ :J;. "'~~+"':J'-"/
for Director
WDFW
Page 6 of 6
. t
,
.0
~
~
~
.
.
WASHINGTON, U.S.A
PUBLIC WORKS & UTiliTIES DEPARTMENT
ADDENDUM NO.2
TO
PROJECT MANUAL
FOR
sth Street Bridge Replacements
PROJECT NO. 02-15
Contract No. - TA2621 (8th & Tumwater Bridge)
-TA2622 (8th & Valley Bridge)
NOTICE TO PROSPECTIVE BIDDERS
Bid Opening March 13, 2007
NOTICE IS HEREBY GWEN that the instructions and requirements of the subject bid are
amended as follows:
RESPONSES TO QUESTIONS RECEIVED AS OF MARCH 8, 2007
1. Is there an asphalt overlay on the existing Tumwater and Valley Creek Bridges?
Yes, the thickness is approximately 2".
2. In addendum 1 there were cast iron bollards added to the roadway deck. Are there 7
bollards on each side of the bridge totaling 14 bollards per bridges?
Yes, see revised special provision in this addendum.
3. The Project Manual detail hazardous and dangerous waste but does not relieve the contractor
of generator status. Can you please supplement the project manual with a statement
releasing the Contractor of a hazardous waste generator?
This question pertains to Division 1 of the WSDOT Standard Specifications and
changes to this Division require prior approval from WSDOT and FHW A.
Because this project is Federally funded and this question involves changes to
Division 1 there will be no changes to the special provisions.
4. What is the quantity of alternate fixtures on each bridge?
See plan sheets T45 and V45 for the locations of fixtures.
Created on 3/612007 ] 0:23 ilO AM
N'IPROJECTSI02-]5 8th Sl BridgeslProjecl ManualIConcrele StruclurelAddendum No. 2IAddcndum No 2 doc
~
.
.
.
5. Can you furnish us with a panel schedule for the Type B Service Cabinet?
60 amp Main - Double pole
20 amp GFI - Single pole
50 amp Signal- Single pole
20 amp Lights - Double pole
6. Construction Note 5: I would like to confIrm that we are installing the existing light fixture
on a new base.
Yes - per Note 5, and Luminare schedule on Plan Sheet Cl.
7. The construction easement from station 11 +84 to 12+50 right, shows which trees are to be
protected. Can these trees be limbed up, since they hang towards the bridge and work area?
A portion ofthe trees may be limbed upon approval by the Engineer. The
Contractor will be responsible for the conditions of the trees and held liable for any
damage that may occur.
8. The trees shown from station 11+85 to 12+75 left, does not say anything about protecting
them - are they to be protected?
Yes - these trees are to be protected as well, refer also to sheets Tl and V1. The
notes on all of these sheets, "Protect Tree (Typ.)" or Exist. Trees to be Saved and
Projected (Typ.)" refers to the symbol and the note applies to all trees shown.
9. Have all the trees which are to be protected been marked?
No, not at this time.
10. Concrete underneath 8th Street, where does it end? Lincoln Street? Cherry Street or farther
west?
The concrete starts at the east end of Valley Street and continues east. The City's
as-builts drawings do not indicate concrete pavement between the two bridges or
west of Tumwater Bridge.
11. Is the easement agreement in place to accommodate tie back or soil nails for shoring needs
at all the new abutment locations? Ifnot, who is responsible for accruing the easements?
No. Additional easements required for the contractors shoring methods, will be the
responsibility of the Contractor to obtain.
12. At Tumwater abutment #6 location, what agreement has been made with the apartment
complex?
No agreement has been made with the apartment complex.
13. What access requirements is the Contractor responsible for maintaining to the public on the
project, especially at the end of the bridges?
Access to residents and businesses to be maintained at all times.
14. The 2-13-06 response to questions indicated that there was property just north of the Valley
Street Bridge that IS available to the contractor to use. Is the referenced property owned by
the City of Port Angeles? If not, please provide the land owner's name and the written
Created on 31612007 10:23 '00 AM
N.\PROJECTS\02-15 8th SL Bridgcs\ProJect MannallConcrele SlructurelAddelldum No 2\Addendum No 2 doc
.
.
.
agreement that allows for construction use.
Please re-read number 5 of the 2-13-07 Responses and Questions. As indicated, the
City does own the parcel of land. It currently has a honse on it, boarded up, and
the conditions of using the site are that the building and foundation be removed
from the site.
15. Which bid item includes the rock check dam on sheet TE2?
The rock check dams are included in Bid Item 83 Erosion/Water Pollution Contol.
16. Will there be noise restrictions for working outside the standard work week? If so, what is
the allowable decibel range?
Noise restrictions are limited to the operations of equipment between the hours of
7 Am to 10PM, 7 days a week. If work beyond these hours is needed, the contractor
will be responsible for submitting a variance application with the Board of
Adjustment.
The noise levels can be found as referenced in Chapters 173, 173-60 & 173-70 of the
Washington Administrative Code (WAC).
17. Who is responsible for paying for the relocation of the utilities?
Existing utilities are addressed in the Special Provisions, page IV-57, and shown on
the Plans, for example, on Plan Sheets Tl and VI.
IS. In drawing A3 the stationing at the south construction easement appears to be mislabeled.
Please provide the correct station number for the current station labeled 28+62.48.
On Plan Sheet A3 the south construction easement stationing is correct, however,
the easement line on the plan sheet is not drawn to scale. This also occurs on Plan
Sheets No. A3, D5, U2, TE2, P2, and Vl.
19. Who is responsible for completing a pre construction evaluations of structures near the
bridge abutments? Who is responsible for costs associated with any damage to existing
structures?
The Contractor.
The Contractor
20. Do any of the questions asked during the previous bid of the Sth Street Bridge Project apply
to this request for bids? If so, please repost the questions.
No, this is a different design, only questions asked during the current bid of the 8th
Street project apply to this request for bids.
21. From Station 11 +07 to 11+79.5 right, shows the right of way a total of70 feet, or 35 feet
each side of centerline, it is correct to assume that we can use the area up to the right of way
in this section?
Yes, however note trees to be protected, refer to Plan Sheet Tl and Vl.
22. The existing northbound land of SR 117 - does the old asphalt need to be removed from
Station 12+40 to 18+80? Is this quantity figured in the roadway excavation?
Yes, the old SR 117 asphalt outside the roadway prism needs to be removed.
Creared on 3/612007 10-23 00 AM
N IPROJF.CTS\02- 15 8th St BridgesIPrOJect ManualIConcrete SlructurclAddendllDl No 2\Addendmn No 2 doc
.
.
.
No, the quantity is included in Item 15, Removing Existing Bridge No. 117/5 Over
Tumwater Creek. A Special Provision will be included in this addendum to
address that the quantity is incidental to Bid Item 15.
23. The Existing SDMH at Station 10+ 17, 17' right, the pipe leaving the manhole and running
to the manhole (11 +85, right) on the west side ofthe bridge, what size pipe is that?
The size of the pipes are shown on the profile view on Plan Sheet Dl and are listed
on the Structure Notes on Plan Sheet S1.
24. On the Drainage Sheets, there are callouts for Slope Drain HDPE Pipe. Is this supposed to
be Butt-Fused HDPE Pipe, or can it be ADS Corrugated HOPE Pipe?
The pipe shall be flexible HDPE pipe.
25. Addendum #1 revised the engineer's estimate for Item 35, Substructure, from 659,000 lbs to
595,000 lbs. However, the changes made to the design in the addendum, particularly to the
cross beams, actually added weight to the substructure. The added weight coupled with the
reduced engineer's estimated weight makes for a rather significant discrepancy for this item.
This is a problem because the specifications indicate the City will only pay for the amount
of rebar the engineer has estimated for this item. It does appear that the added rebar in
question, cross beam bottom bars, has been added to the superstructure items by the
addendum, as the new estimated weights for the uncoated bar in those items had been
increased significantly over what is actually there.
The original quantity 659,000 LB, for Bid Item No. 35, S1. Reinf. Bar for Bridge,
included more column reinforcing in the bar list sheets, T43 and V43, than was
included in the plans sheets T13, T17, VB and VI7. This was corrected in
addendum no. 1 where the number was reduced from 44 #11 per column to 40 #11
in the bar list sheets T43 and V43. The overall effect of eliminating column bars
was greater than the added cross beam bars. The increase in the uncoated rebar
quantity in the superstructure was mainly due to the increase in the bars at the
piers in addendum no. 1.
26. The existing waterline on the eastside of Valley Creek, in .the Wetland Mitigation area, looks
like it will have to be relocated or lowered due to the wetland excavation- is this incidental
to the Wetland Mitigation item?
The grading for the wetland creation site will all be north of the waterline. It is not
the intent to relocate the waterline. The wetland boundary is to be established and
staked by the engineer, see plan sheet WI.
27. The grading shown on Sheets T6 and V6- are these quantities included in the roadway
excavation quantities? What about embankment in these areas- how is that being paid for?
No. Bid Item No. 22, Structure Excavation Class A Including Haul.
28. If Piers #2 and #5 on each bridge require over-excavation or shoring- Does the slope have to
be restored to it's current slope? Can the shoring stay or does it have to be removed?
Yes, see plan sheets No. T13, T14, V13, and V14.
29. Under SectIon 8-02 Roadside Restoration - it states that this work will include furnishing
Created on 3/617.007 10:23 00 AM
N-\PROlECTS\02- J 58th St- BridgeslProJect Manual\Concrctc Slructurc\Addcndum No 2\AddeoollDl No_ 2 doc
.
.
.
and placing topsoil in the wetland area. On the plans on Sheet WI, Wetland Creation Site,
under the grading notes, it states to retain top 8 inches of soil for replacement. Is the
replacement of this "conserved" soil to be paid under the Wetland Restoration or Wetland
Creation? Under the description ofthe Wetland Creation is does not say anything about
placing and grading conserved topsoil.
Payment for providing grading of top soil is included in Bid Item No. 86, Wetland
Creation.
30. On Sheet WI, it also states that the wetland boundary will be established and staked by the
engineer, approximately 0.48 acres, has this been done? If not, how are we to bid a lump
sum item, with the area and volumes to be determined at a later date?
No, the area and volume will equal those shown on the plans.
31. Can Phase 1 of the wetland Restoration be done with Phase 2? If Phase 1 is done as
specified in Section 8-02, page IV-I2I, you will lose access along the bridge during
construction.
No
BID FORM
Base Bid
1. Revise Bid Item No. 52 to read as follows:
Description Quantity
Pedestrian Barrier 3032
Units Unit Price
LF
Extended
2. Delete Bid Item No. 64 and replace with New Bid Item 64 as follows:
Description Quantity Units Unit Price Extended
GmeValvelOfuch 1 EACH
3. Revise Bid Item No. 77 to read as follows:
Description Quantity
Gate Valve 8 Inch 3
Units Unit Price Extended
EACH
4. Delete Bid Item No. 92
BID ALTERNATIVE A
Adjustment for Barrier and lIIumination
1. Revise Bid Item No. 53 to read as follows:
Description Quantity
Pedestrian Barrier with -94
Structural Slab
Units Unit Price Extended
LF
Created 011 3/612007 10 23 -00 AM
N IPROJECTSI02-15 81b Sl BridgesIProject ManuallConcrele Slructurc\Addendum No 2\Addendom No. 2.doc
. BID ALTERNATIVE B
Adjustment for Rail, Barrier and Illumination
1. Revise Bid Item No. 119 to read as follows:
Description Quantity Units Unit Price Extended
Alt B Pedestrian Barrier 3032 LF
2. Revise Bid Item No. 120 to read as follows:
Description Quantity Units Unit Price Extended
Alt. B Pedestrian Barrier 94 LF
With Structural Slab
3. Revise Bid Item No. 114 to read as follows:
Description Quantity Units Unit Price Extended
All. A Pedestrian Barrier -3032 LF
4. Revise Bid Item No. 115 to read as follows:
Description Quantity Units Unit Price Extended
Alt. A Pedestrian Barrier -94 LF
With Structural Slab
Note: New Bid Form page attached.
.
SPECIAL PROVISONS
1. Section 1-07.23(1) of the Special Provisions shall be supplemented with the following:
Long Term Closures would be expected to occur once during the removing ofthe
existing bridge over SRI17 (anticipated 5 days), once during the erection of the
prestressed concrete girders (anticipated 5 days), and once during the reconstruction of
SRl17 (anticipated 30 working days).
All closures will need to be approved a minimum of two weeks III advance, except SR
117 closures, which will require an additional 30 working days to allow for review and
approval by Washington State Department of Transportation (WSDOT).
2. Section 2-02.1 of the Special Provisions shall be supplemented with the following:
All costs in connection with the removal of the old SR 117 asphalt concrete outside of
the roadway prism, approximately 1,500 SY, shall be included III Item 15, Removing
Existing Bridge No. 117/5 Over Tumwater Creek. The quantity is listed only for the
convenience ofthe Contractor in determining the volume of work involved and is not
guaranteed to be accurate.
.
Cre.ted OD 3/612007 10 23 00 AM
N IPROJECTS\02-15 8th St. Bndge.lPro]cct Manual\Concrcte Structllre\AddendlUU No. 2\Addendun1 No. 2.doc
.
.
.
3. Changes to the Summary of Quantities for Superstructure and Roadway Deck, Page N -83,
revise the following quantities to read:
Superstructure - Tumwater Creek
Epoxy Coated S1. Reinf Bar
S1. Reinf. Bar
Concrete Class 4000D
Concrete Class 4000
Elastomeric Bearing Pad
Transverse Elastomeric Girder Stop Pad
Cast Iron Bollard
Superstructure - Valley Creek
Epoxy Coated S1. Reinf. Bar
S1. Reinf. Bar
Concrete Class 4000D
Concrete Class 4000
Elastomeric Bearing Pad
Transverse Elastomeric Girder Stop Pad
Cast Iron Bo lIard
336,500 LBS.
64,800 LBS.
1,295 C.Y.
360 C.Y
10 EACH
20 Each
14 Each
336,800 LBS.
64,800LBS.
1,295 C. Y.
360 C. Y.
10 EACH
20 Each
14 Each
PLANS
On Plan Sheet No. Cl, 35 of 158, correct the sign CODE in the SIGNING SCHEDULE for the
8 x 30 SIZE (INCHES) sign for sign 2 to be D3-1 0 1.
The Bid Opening Date has not been changed.
This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual
that is submitted to the City. Failure to do so may result in the proposal being rejected as non-
responSIve.
~L,
Gary W. Kenworthy
City Engineer
Attachements:
Bid Form - Sheets 1-11 through 1-20
Includes Bid Summary Sheet and Addenda Aclmowledgement
Created on 3/6/2007 10-23 00 AM
N'\PROJECTS\02-J5 8th Sl Bridges\ProJcct ManuallConcrete StructurelAddendulI1 No 2IAddendum No 2.doc
.
.
.
BID FORM
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, W A 98362
BIDDER:
REGISTRATION NO.:
DATE:
UBI NUMBER.
The undersigned, hereinafter called the bidder, declares that the only person(s) interested m this bid are those named
herem; that the bid is in all respects fair and without fraud; and that it is made wIthout any connection or collusion
Wlth any other person making a bid on this project.
The bidder fiu1:her declares that it has carefully examined the plan, specifications, and contract documents,
hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has
personally inspected the site(s); that it has satisfied itself as to the types and quannties of materials, the types of
equipment, the conditions of the work involved, including the fact that the description of and the quantities of work
and materials, the types of equipment, the conditIons of and the work involved as included herem, are brief and are
intended only to indicate the general nature of the work and to identify the said quantitIes with the corresponding
requirements of the Project Manual; and that this bid IS made in accordance with the provisions and the terms of the
Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regardmg the interpretation of surface information
and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City
or Owner, and such other source of information as it determined necessary in arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the SUBCONTRACTOR LIST
will be awarded subcontracts for the described portIons of the work:
If the bidder is awarded a construction contract on this bid, the name and address of the surety who WIll provide the
performance bond IS:
Surety
Agent
Surety Address
Agent Address
Surety Contact and Phone Number
Agent Contact and Phone Number
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02- 1 5
00032&
January 2007
Addendum No 2
I-ll
.
.
.
BID FORM
Base Bid
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
1 1-04 Minor Chanqe 1 Est $100.00 $100.00
2 1-04 Reimbursement For 1 Est $5,000.00 $5,000.00
Third Party Damaqe
3 1-05 Structure Surveyinq 1 LS
4 1-05 Roadway Surveying 1 LS
5 1-07 SPCC Plan 1 LS
6 1-07 Street Cleaninq 128 HR
7 1-07 Trainino 1,500 HR
8 1-09 Archaeological and 1 Est $5,000.00 $5,000.00
Historical Salvage
9 1-09 Mobilization 1 LS
10 1-10 Type III Barricade 12 Each
11 1-10 Project Temporary 1 LS
Traffic Control
12 1-10 Traffic Control 1 LS
Supervisor
13 1-10 Temporary Traffic 1 LS
Control Devices
14 2-01 Clearing and Grubbinq 1 LS
15 2-02 Removing Existing 1 LS
Bridge No. 117/5 Over
Tumwater Creek
16 2-02 Removing Existing 1 LS
Bridge 8th S1. Over
Valley Creek
17 2-02 Removal of Structures 1 LS
and Obstructions
18 2-02 Removing and Replace 343 LF
Existing Fence
19 2-03 Roadway Excavation 2,000 CY
Incl. Haul
20 2-03 Gravel Borrow Incl. Haul 100 Ton
21 2-03 Roadside Cleanup 1 Est $10,000.00 $10,000.00
22 2-09 Structure Excavation 1,960 CY
Class A Incl. Haul
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
1-12
00032&
January 2007
.
.
.
Unit Price Extended
Item Sec. Estimated (Figures) Amou nt
No. No. Description of Item Quantitv Units $ $
23 2-09 Shoring Or Extra 1 LS
Excavation CL. A
24 2-09 Structure Excavation 2,171 CY
Class B Incl. Haul
25 2-09 Shoring Or Extra 5,815 SF
Excavation CL. B
26 2-09 Gravel Backfill for Pipe 700 CY
Zone Bedding
27 2-09 Gravel BackfIll For Wall 450 CY
28 2-09 Force Account Lean 1 Est $5,000.00 $5,000.00
Concrete
29 2-09/ Construction Access 1 LS
SP Road - Tumwater
Creek
30 2-09/ Construction Access 1 LS
SP Road - Valley Creek
31 4-01 Crushed Surfacing Base 1,600 Ton
Course
32 5-04 Planing Bituminous 850 SY
Pavement
33 5-04 HMA Cl. B pq 64-22 1,100 Ton
34 5-04 Anti-Stripping Additive 1 Est $550.00 $550.00
35 6-02 S1. Reinf. Bar For 659,000 LB
Bridge
36 6-02 Cone. Class 4000 For 2,536 CY
BridCle
37 6-02 Deficient Strength Cone. 1 Calc -1 -1
Price Adiustment
38 6-02 Expansion Joint System 192 LF
Strip Seal - Superstr.
39 6-02 Superstructure - 1 LS
Tumwater Creek
40 6-02 Superstructure - 1 LS
Vallev Creek
41 6-02 Prestressed Cone. 7,378 LF
Girder W83G
42 6-02 Soil Excavation For 2,075 CY
Shaft Including Haul
43 6-02 Furnishing Permanent 208 LF
Casing For 9'0" Dlam.
Shaft
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
1-13
000328
January 2007
.
.
.
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
44 6-02 Placing Permanent 16 Each
Casing For 9'0tt Diam.
Shaft
45 6-02 Casino Shorinq 69 LF
46 6-02 Conc. Class 4000P For 1,940 CY
Shaft
47 6-02/ Sf. Reinf. Bar For Shaft 358,800 Lbs
SP
48 6-02/ CSL Access Tube 7,380 LF
SP
49 6-02/ CSL Test 16 Each
SP
50 6-02 Removing Shaft 1 Est $430,000.00 $430,000.00
Obstructions
51 6-06 Bridee Railing Type BP 3,126 LF
52 6-07 Pedestrian Barrier 3032 LF
SP
53 6-10 Pedestrian Barrier With 94 LF
Structural Slab
54 7-01 Underdrain Pipe 8 in. 318 LF
Diam.
55 7-01 Gravel Backfill For Drain 44 CY
56 7-04 Testing Storm Sewer 1,376 LF
Pipe
57 7-04 Schedule A Storm 1,014 LF
Sewer Pipe 12 In Diam.
58 7-04 Schedule A Storm 362 LF
Sewer Pipe 18 In Diam.
59 7-05 Catch Basin Type 1 8 Each
60 7-05 Catch Basin Type 2 1 Each
48 In. Diam.
61 7-05 Catch Basin Type 2 4 Each
72 In. Diam.
62 7-05 Manhole Type 1 1 Each
48 In Diam.
63 7-05 Adjust Manhole 1 Each
64 7-12 Gate Valve 10 Inch 1 Each
65 7-05/ Drainage Detention 1 LS
SP Facility 1
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
1-14
000328
January 2007
.
.
.
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
66 7-05/ Drainage Detention 1 LS
SP Facility 2
67 7-05/ Drainage Detention 1 LS
SP F acilitv 3
68 7-05/ Drainage Detention 1 LS
SP Facility 4
69 7-05/ Media Filter Vault - 2 Each
SP 8 Cartridoes
70 7-05/ Media Filter Vault- 1 Each
SP 7 Cartridges
71 7-05/ Media Filter Vault - 1 Each
SP 5 Cartridges
72 7-05/ Energy Dissipater 4 Each
SP
73 7-09 Polyethylene Pipe For 330 IF
Water Main 2 In Diam.
74 7-09 Ductile Iron Pipe For 188 LF
Water Main 8 In Diam.
75 7-09/ Adjust Water Valve 8 Each
SP
76 7-09/ Adjust Water Meter 4 Each
SP
77 7-12 Gate Valve 8 Inch 3 Each
78 7-17 PVC Sanitary Sewer 208 LF
Pipe 8 In Diam.
79 7-17 Testinq Sewer Pipe 208 LF
80 7-17 Sewer Cleanout 2 Each
81 8-01 Inlet Protection 14 Each
82 8-01 Silt Fence 3,080 LF
83 8-01 Erosion/Water Pollution 1 Est $22,000.00 $22,000.00
Control
84 8-02 Seeding, Fertilizing and 2.3 Acre
Mulching
85 8-02/ Wetland Restoration 1 Est $35,000.00 $35,000.00
SP
86 8-021 Wetland Creation 1 LS
SP
87 8-04 Cement Cone. Traffic 920 LF
Curb and Gutter
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
1-15
000328
January 2007
.
.
.
Unit Price Extended
Item Sec. Esti mated (Figures) Amount
No. No. Description of Item Quantity Units $ $
88 8-09 Raised Pavement 16.1 Hund
Marker TVDe 1
89 8-09 Raised Pavement 4.1 Hund
Marker Tvoe 2
90 8-12 Chain Link Fence 106 LF
Tvoe3
91 8-14 Cement Cone. Sidewalk 655 SY
92 DELETED
93 8-20 Electrical Service 1 LS
94 8-20 Illumination System - 1 LS
Off Structure
95 8-201 Illumination System - 1 LS
SP Tumwater Creek
Structure
96 8-201 Illumination System- 1 LS
SP Vallev Creek Structure
97 8-20 Traffic Signal System- 1 LS
81h St & Pine St.
98 8-20 Temp. Traffic Signal 1 LS
System - US 101 &
Pine St.
99 8-20 Traffic Signal System - 1 LS
Marine Dr. & Tumwater
St.
100 8-20 Temporary Interconnect 1 LS
System - Marine Drive
101 8-21 Permanent Sianina 1 LS
102 8-22 Paint Line 6,296 LF
103 8-22 Painted Wide Line 308 LF
104 8-22 Plastic Stop Line 417 SF
105 8-22 Plastic Cross Walk 1,040 SF
106 8-22 Plastic Traffic Arrow 13 Each
107 8-23 Temporary Pavement 2,200 LF
Markina
108 8-24 Rock For Rock Wall 60 Ton
109 8-24 Backfill For Rock Wall 43 Ton
TOTAL Base Bid
$
CITY OF PORT ANGELES
8th Street BrIdge Replacements
ProJcct No 02-15
1-16
000328
January 2007
.
.
.
BID AL lERNA liVE A
Adjustment for Barrier and Illumination
Add new items 114, 115, 116, and 117; deduct items 52, 53, 95, and 96.
Unit Price Extended
Item See Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
114 6-02/ Alt. A Pedestrian Barrier 3,032 LF
SP
115 6-02/ Alt. A Pedestrian Barrier 94 LF
SP With Structural Slab
116 8-20/ Alt. A Illumination 1 LS
SP System - Tumwater
Creek Structure
117 8-20/ All. A Illumination 1 LS
SP System - Valley Creek
Structure
52 6-1 0/ Pedestrian Barrier -3,032 LF
SP
53 6-10/ Pedestrian Barrier With -94 LF
SP Structural Slab
95 8-20/ Illumination System - -1 LS
SP Tumwater Creek
Structure
96 8-20/ Illumination System - -1 LS
SP Valley Creek Structure
TOTAL Bid Alternative A $
CITY OF PORT ANGELES
8th Street nndge Replacements
Project No. 02-15
1-17
000328
January 2007
.
.
.
BID ALTERNATIVE B
Adjustment for Rail, Barrier, and Illumination
Add new items 118, 119,120, 121, and 122; deduct items 51, 114, 115, 116, and 117.
Unit Price Extended
Item Sec Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
118 6-06 Alt. B Bridge Railing 3,126 LF
SP
119 6-02/ Alt. B Pedestrian Barrier 3,032 LF
SP
120 6-02/ Alt. B Pedestrian Barrier 94 LF
SP With Structural Slab
121 8-201 Alt. B Illumination 1 LS
SP System - Tumwater
Creek Structure
122 8-20/ Alt. B Illumination 1 LS
SP System - Valley Creek
Structure
51 6-06 Bridge Railing Type BP -3 r 126 LF
SS
114 6-101 A1t. A Pedestrian Barrier -3,032 LF
SP
115 6-1 01 Alt. A Pedestrian Barrier -94 LF
SP With Structural Slab
116 8-20/ Alt. A Illumination -1 LS
SP System - Tumwater
Creek Structure
117 8-201 Alt. A Illumination -1 LS
SP System - Valley Creek
Structure
TOTAL Bid Alternative B $
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
1-18
000328
January 2007
.
.
.
Preference 1:
BID SUMMARY
Base Bid, Plus Bid Alternative A, Plus Bid Alternative B
Preference 2:
Base Bid, Plus Bid Alternative A
Preference 3:
Base Bid
CITY 01- PORT ANGELES
8th Street Bridge Replacements
PrOject No. 02-15
1-19
$
$
$
000328
January 2007
.
.
.
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda No(s). to this Project Manual. The
name ofthe bidder submitting this bid and its business phone number and address, to which address all
corrununications concerned with this bid and with the Contract shall be sent, are listed below.
Bidder's fIrm name:
Complete address;
(Street address)
(State)
(Zip)
Telephone No.:
Signed by:
Title;
Printed Name:
Notes: (l) If the bidder is a partoership, so state, giving fIrm name under which business is transacted.
(2) If the bidder is a corporation, this bid must be executed by its duly authorized offiCIals.
CITY OF PORT ANGELES
8th Street Bndge Replacements
ProJcct No 02-15
1-20
000328
January 2007
.~
~
~
WASHINGTON, U.S.A.
PUBLIC WORKS & UTiliTIES DEPARTMENT
ADDENDUM NO.3
TO
PROJECT MANUAL
FOR
8tll Street Bridge Replacements
PROJECT NO. 02-15
Contract No. - TA2621 (8th & Tumwater Bridge)
-TA2622 (8th & Valley Bridge)
NOTICE TO PROSPECTIVE BIDDERS
Bid Opening March 13,2007
.
NOTICE IS HEREBY GNEN that the instructions and requirements of the subject bid are
amended as follows:
BID FORM
1. Revise Bid Item No. 35 to read as follows:
Description Quantity
S1. Reinf. Bar for Bridge 595,000
Units Unit Price
LB
Extended
Note: New Bid Form page attached.
The Bid Opening Date has not been changed.
This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual
that is submitted to the City. Failure to do so may result in the proposal being rejected as non-
respollSlve.
.8~
City Engineer
Attachements:
Bid Form - Sheet 1-13
.
Created on 31912001 1.14.00 PM
N IPROlECTS\02- J 58th St BndgesIProject ManuaJlCollCrete Stmclure\Addendum No. 3\Addcndutll No 3 doc
.
.
.
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
23 2-09 Shoring Or Extra 1 LS
Excavation CL. A
24 2-09 Structure Excavation 2,171 CY
Class B Incl. Haul
25 2-09 Shoring Or Extra 5,815 SF
Excavation CL. B
26 2-09 Gravel Backfill for Pipe 700 CY
Zone Beddino
27 2-09 Gravel Backfill For Wall 450 CY
28 2-09 Force Account Lean 1 Est $5,000.00 $5,000.00
Concrete
29 2-091 Construction Access 1 LS
SP Road - Tumwater
Creek
30 2-091 Construction Access 1 LS
SP Road - Valley Creek
31 4-01 Crushed Surfacing Base 1,600 Ton
Course
32 5-04 Planing Bituminous 850 SY
Pavement
33 5-04 HMA CI. B Po 64-22 1,100 Ton
34 5-04 Anti-Strippinq Additive 1 Est $550.00 $550.00
35 6-02 St. Reinf. Bar For 595,000 LB
Bridoe
36 6-02 Cone. Class 4000 For 2,536 CY
Bridqe
37 6-02 Deficient Strength Cone. 1 Calc -1 -1
Price Adjustment
38 6-02 Expansion Joint System 192 LF
Strip Seal - Superstr.
39 6-02 Superstructure - 1 LS
Tumwater Creek
40 6-02 Superstructure - 1 LS
Valley Creek
41 6-02 Prestressed Conc. 7,378 LF
Girder W83G
42 6-02 Soil Excavation For 2,075 CY
Shaft Includino Haul
43 6-02 Furnishing Permanent 208 LF
Casing For 9'0" Diam.
Shaft
CITY OF PORT ANGELES
8'" Street Bndge Replacement
Project No 02-15
T - 13
000328
January. 2007
Addendum No.3
'. CONTRACT PROVISIONS AND PLANS
for
8TH STREET BRIDGE REPLACEMENTS
PROJECT NO. 02-15
CONTRACT NO. - TA2621 (8th & Tumwater Bridge)
- TA2622 (8th & Valley Bridge)
.
CITY OF PORT ANGELES
WASHINGTON
JANUARY 2007
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
.
,~~
lexPI~ES
e Consulting, Inc.
Reviewed by: . 7
,V JiL /
City Attorney
.
.
.
TABLE OF CONTENTS
8TH STREET BRIDGE REPLACEMENTS
PROJECT NO. 02-15
PART I
BIDDING REQUIREMENTS
Page No(s).
Advertisement for Bids............................................................................................................. .1-1
Information for Bidders................. ............................................................................................ .1-2
Bidder's Checklist.................................................................................................................... .1-3
Non-Collusion Declaration....................................................................................................... .1-4
Non-Collusion Affidavit............................................................................................................. .1-5
Bidder's Construction Experience............................................................................................ .1-6
Subcontractor List.................................................................................................................... .1-9
DBE Utilization Certification................................................................................................... .1-10
Bid Form.......................................................................................................................... .......1-11
Addenda Acknowledgment......... ........ ..................... .............................. .............................. ...1-20
Bid Bond Form......... ..................... ........................... ............ ................ .......................... .........1-21
PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT
Public Works Contract ................ ........ .................... ............. ................ ............ ............... ........ .11-1
Contract Bond......................................................................................................................... .11-5
Escrow Agreement for Retained Percentage.......... ............. ....... ....... ............................. ........ .11-6
Certificate of Insurance.............. .................................................................... [provided by bidder]
PART III STATE AMENDMENTS TO THE STANDARD SPECIFICATIONS
PART IV SPECIAL PROVISIONS
APPENDICES TO THE SPECIAL PROVISIONS
A Summary of Geotechnical Conditions....................................................................... ..IV-A-1
B Disputes Review Board... ................ ................... .................. ............ ....................... ....IV-B-1
PARTV ATTACHMENTS
A
B
C
D
E
F
G
H
Federal Contract Provisions - Federal Aid Construction Contracts
Washington State Prevailing Wage Rates for Clallam County
Davis-Bacon Prevailing Wage Rate Schedule for the Area
Request for Information (RFI) and Construction Change Order (CCO) Forms
Contractor's Application for Payment Form
Project Approvals, Permits, and Agreements
Log of Test Borings
Project Plans
.
PART I
BIDDING REQUIREMENTS
.
.
.
.
.
ADVERTISEMENT FOR BIDS
8TH STREET BRIDGE REPLACEMENTS
PROJECT 02-15
City of Port Angeles
Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150,
Port Angeles, Washington 98362, until 2:00 p.m., March 13,2007, and not later, and Will then and there
be opened and publicly read at that time in the Public Works Conference Room for the construction of the
following improvements:
On 8th Street in the City of Port Angeles by replacement of an existing bridge across
Tumwater Creek and an existing bridge across Valley Creek. This work Includes removal
of two existing timber bridges, construction of two new Series W83G five-span
prestressed concrete girder bridges, excavation, embankment, asphalt paving, drainage,
sanitary sewer, water main, erosion control, wetland creation, landscaping, illumination,
traffic signals, channelization, traffic control, and other work, all in accordance with the
Contract Provisions and Plans.
The City Engineer's estimate for this project IS between $15 million and $20 million. The time of
completion (performance period) for this project is 350 working days.
Plans, specifications, addenda, and plan holders list for this project are available online through Builders
Exchange of Washington, Inc. at www.bxwa.com.Cllck on "Posted Projects," "Public Works," "City of Port
Angeles." Bidders are encouraged to "Register as a Bidder," in order to receive automatic e-mail
notification of future addenda and to be placed on the "Bidders LISt." Contact BUilders Exchange of
Washington at (425) 258-1303 should you require further assistance. Informational copies of any
available maps, plans, and specifications are on file for inspection in the office of the Port Angeles Public
Works Engineering Services, (360) 417-4700. All questions, regarding the plans and specifications, shall
be submitted in writing or electronically to Jim Mahlum, Project Manager at imahlum@citvofpa.us.
All bids shall be submitted on the prescribed Bid Forms and in the manner as stated in this advertisement
and in the Project Manual; and said bids shall be accompanied by a bid deposit in the form of a cashier's
check, postal money order, or surety bond to the City of Port Angeles in the amount of five percent (5%)
of the total amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized
and registered to issue said bonds in the State of Washington. The bond shall specify the surety's name,
address, contact, and phone number, and shall include a power of attorney appointing the signatory of
the bond as the person authOrized to execute It. Should the successful bidder fall to enter into the
Contract and furnish satisfactory performance bond within the time stated in the Information for Bidders,
the bid depOSit shall be forfeited to the City of Port Angeles. Faxed bids and/or surety bonds will not
be accepted.
The City of Port Angeles, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.
2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A,
Office of the Secretary, Part 21, Non-Discrimination in Federally Assisted Programs of the Department of
Transportation, issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that
in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded
full opportunity to submit bids in response to this invitation and will not be discriminated against on the
grounds of race, color, or national origin in consideration for an award.
The City of Port Angeles reserves the right to accept the bid that is In the best Interest of the City, to
postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days,
or to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to
the foregoing, the contract will be awarded to the lowest responsible bidder.
Bids must be submitted in a sealed envelope with the outside clearly marked with the bid opening date
and time, the project name and number as it appears in this advertisement, and the name and address of
the bidder. Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles,
321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362.
When awarded the Contract, the successful bidder shall promptly execute the Contract and shall furnish a
bond of faithful performance of the Contract in the full amount of the Contract price.
Publish: Peninsula Daily News, February 4 and February 11, 2007
Daily Journal of Commerce, February 5 and February 12, 2007
Copy to: NPBA
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
I-I
000328
January 2007
.
INFORMATION FOR BIDDERS
Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street,
Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS
or as amended through addendum, and then at said office publicly opened and read aloud.
Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS.
Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being
opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS.
Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank
spaces for bid pnces must be filled in, in ink or typewritten, and the Bid Form must be fully completed and
executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included
in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope
endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a
cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than
5 percent of the amount of the bid, and no bid will be considered unless accompanied by such bid
deposit.
The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be
withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be considered. No bidder will be permitted to withdraw
its bid between the closing time for receipt of bids and execution of the Contract, unless the award is
delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid Will not be
accepted.
The work will begin Within ten (10) calendar days after notice to proceed from the Director of Public Works
& Utilities and shall be completed within the time as stated in the ADVERTISEMENT FOR BIDS.
. The Owner may make such investigations as It deems necessary to determine the ability of the bidder to
perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose
as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by,
or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out
the obligations of the Contract and to complete the work contemplated therein.
.
The party to whom the Contract is awarded Will be required to execute the Contract and obtain the
Performance and Payment Bond within ten (10) calendar days from the date the Notice of Award is
delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, shall specify the name,
contact phone, and address of the surety, and shall include a power of attorney appointing the signatory
of the bond(s) as the person authorized to execute it (them).
The Notice of Award will be accompanied by the necessary Contract and bond forms. In case of failure of
the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which
case the bid deposit accompanying the bid shall become the property of the Owner.
The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond
and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return
to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within
such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of Withdrawal will
be effective upon receipt of the notice by the Owner.
The Notice to Proceed Will be issued within ten (10) calendar days of the execution of the Contract by the
Owner. Should there be reasons why the Notice to Proceed cannot be issued within such penod, the time
may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has
not been issued Within the ten (10) calendar day period or within the period mutually agreed upon, the
Contractor may terminate the Contract without further liability on the part of either party. All applicable
laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of
the project shall apply to the Contract throughout.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02- I 5
1-2
000328
January 2007
.
1.
2.
3.
4.
5.
6.
7.
8.
.
.
BIDDER'S CHECKLIST
Has a bid deposit in the form of a surety bond in the proper form, postal money order, or
cashier's check been enclosed with your bid?
Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid?
Have the bid forms been properly signed?
Have you bid on all items?
Has the Non-Collusion Affidavit been properly executed?
Have you shown your contractor's state license number on the bid form?
Have you listed all subcontractors that you will use for the project?
Have you filled out the Bidder's Construction Experience Form?
The following forms are to be executed after the Contract is awarded:
A. Contract - To be executed by the successful bidder and the City.
B.
Performance bond - To be executed on the form provided by Owner, by the
successful bidder and its surety company. To include name. contact. and phone
number. and address of surety and power of attorney of siqnatorv.
C. Insurance certificate(s).
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
1-3
000328
January 2007
.
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF PII?r2CB-
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is
a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding, and that said bidder has not in any manner sought by
collusion to secure to him/her self an advantage over any other bidder or bidders.
.
~~
Signature of Bidder/Contractor
A~L7l2e1N Al.-~-t1TJ P\2~..5f~T
4tl
Subscribed and sworn to before me this ad day of
""''''''''''
~,,'...f. ,.. JO.Ai ","
," AV..~O '. '-1A_~
~ ,.~-... ~&&, II &'~ "Y. ~
:: $"'~ ~.. ill ..
= f4~~ -,OTAIr.. ~ ~ S
: -e_ ~ =
- ..
': ~ PUBLIC ~ ~
~ "Y^.~29 rtS!~. ~Ol
.... ("0 .......... ~~ .:'
"" 'f: WAS'f\'\ \\\'
"""''"\\\\
My commission expires: &/2q I 07
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
1-5
000328
January 2007
Page 9 Non-Collusion Affidavit
Provided to BUilders Exchange of WA, Inc For usage Conditions Agreement see WNW bxwa com
.
BIDDER'S CONSTRUCTION EXPERIENCE
1
Answer all questions and provide clear and comprehensive information.
Name of bidder.
,
PA \250NS 12C\ I ~ C .
Registration number:
rA~O\2L Q04-pS'
2. Permanent main office address:
121b l40th AV6Nuf? cr. 8:
~UMNU2-, V'JA qg-?t1D
3. When organized.
I zJ '2-1/11
4 Where Incorporated'
W J.\ St\' \ ~~rON.
5.
How manyyears have you been engaged In the contracting business under your present firm
name? ~ ~c:;. (
l2f/ 'leAe.s ItS ~ISO~ CD~srr<.lAL.f'ON, I~C.)
6. * Contracts on hand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion), contact name, and phone number.
.
566 A-llAaI~O
"CDN.Tf2AL-T~ Ot-.! ~O'I
7. · General character of work performed by your company.
_Ht:A\J~ {1\lll,
.
U\\~lH~~, 'NA-re{2..k ~As\\3['J-ATa2. ~1MetJT f'L..-A:t-.lT~
GieNe{2.AL.-- CVtlfQACf02-. I
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
1.6
000328
January 2007
Page 10 Bidders Construction Experience
Provided to Builders Exchange ofWA, Inc. For usage Conditions Agreement see WNW.bxwa com
.
8. * Have you ever failed to complete any work awarded to you?
N.O
If so, where and why?
N/A
NO
9. * Have you ever defaulted on a contract?
NO
10. * List the more Important projects recently completed by your company, stating approximate cost
for each, the month and year completed, contact name and phone number.
~ ATTt\-c-t-\e::D
" PrZoJUr~
II
{2~\L-'1 Cotv1PiElBD
'.
11. * List your major equipment available for thiS contract:
Sf&- A-\fA-~
\\ ~UIPM~ T 1--1 S T "
12. * Expenence of bidder In construction similar to this project In work and importance
eM\,..l-ft2~ fXllYfle) Mfl.-I2~\-W.-L-L A,,~ue -Auro fAaU11 Bl21~e:} Af.2>
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
1-7
000328
January 2007
Page 11
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com
.
L.A IL6 TA- pps PA-12 K W AI
13. Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City?
'(-6:5) UFbN R1%UE:6T.
* Add separate sheets If necessary.
The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
information requested by the City of Port Angeles
Date.
.
~/~~/01
I I
Bidder's SIgnature'
~~
Print Name.
At\\~ C. A-L.-~t:c++T
Title
rt<eSI~N.T
.
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No 02-15
1-8
000328
January 2007
Page 12
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com
.
.
.
PARSDNS
Contracts on Hand
Job# Project Name Contract Value Contact Name Contact Number Contact Address
406335 Honouliuli WWTP New Solids Handling $ 31,317,87500 Erwin Ho 808-523-4798 530 S. King Street, #115 Honolulu,
Facilities HI 96813
406334 Ho'onanea Grading Site Improvements $ 3,332,825.00 Stuart Soong 808-521-5661 828 Fort Street Mall, 4th Fir.
Honolulu, HI 98613
406279 Rlversand $ 4,766,007.65 Jason Hancock 425-216-3400 11241 Slater Avenue NE, #100
Kirkland, WA 98033
406266 Briggs Village West Central Phase $ 3,335,118.32 Dan Tumpak 805-374-7331 4500 E. Thousand Oaks Blvd.,
#103 Westlake Villaae, CA 91362
406264 Pacific Meadows $ 5,946,543.10 Doug Birch 425-438-8444 17921 Bothell-Everette Hwy, Ste
100 Bothell, WA 98012
406263 Brightwater Conveyance System $ 41,951,211.00 Tina Phipps 821 Second Ave., Exchange Bldg.
8th Fir. Seattle, WA 98104
406261 Honouliuli Water Reclamation Facility $ 577,000.00 Craig WatkinS 562-430-8133 3010 Old Ranch Parksway, #350
Seal Beach, CA 90740
406260 Roadway & Utility Construction, Phase 1, $ 3,001,225.00 Russ Sm Ith 509-649-3000 P.O. Box 887, Roslyn, WA 98941
Division 3
406255 Roadway & Utility Construction, Phase 3, $ 3,272,900.00 Russ Smith 509-649-3000 P.O. Box 887, Roslyn, WA 98941
DivIsion 6-9
406250 N.E. Sandy Blvd. Resurfacing & $ 4,692,374.35 Jimi Joe 503-823-7564 1120 SW 5th Ave, #1100
Streetscaoe Portland, OR 97204
406254 Olhava $ 5,679,246.46 Glen Maurer 425-644-2323 14410 Bell-Red Road, Bellevue,
Wa 98007
406212 Omao Water System 16 Inch Transmission $ 1,382,045.00 William Thornton 808-842-6304 PO. Box 280, Koloa, Kaual, HI
Line 96756
406213 Plwal Wells 16 Inch Transmission Line $ 3,645,160.00 William Thornton 808-842-6304 P.O. Box 280, Koloa, Kaual, HI
96756
406329 Lompoc Regional Wastewater Reclamation $ 79,442,373.00 Michael Luther 805-875-8272 100 Civic Center Plaza, Lompoc,
Plant Uoarade Proiect CA 93438-8001
406208 Hollywood Sewer Relief and $ 5,395,416.40 503-823-7108 1120 SW 5th Ave., #1000
Reconstruction Prolect Portland, OR 97204
.
.
.
Parsons ReI Inc.
PROJECTS RECENTLY COMPLETED
1.
Albany-Millersbure: Joint Water Supply Proiect
Approximate Cost: $22,392,418
Month and Year Completed: October 2005
Contact Name: Peter Barr
Phone Number: (541) 917-7643
2.
Bullfroe: Bride:e
Approximate Cost:
Month and Year Completed:
Contact Name:
Phone Number:
$3,732,876
October 2005
Ed Baird
(509) 649-3000
3.
Cle Elum - Upper Kittitas County Ree:ional WWTP
Approximate Cost: $6,097,535
Month and Year Completed: April 2005
Contact Name: Craig Watkins
Phone Number: (562) 490-4649
4. Marshall Avenue Auto Facility Bride:e. Phase 2
Approximate Cost: $2,698,747
Month and Year Completed: September 2004
Contact Name: Trevor Thomsley
Phone Number: (253) 383-9408
5.
Lake Tapps Parkway
Approximate Cost:
Month and Year Completed:
Contact Name:
Phone Number:
$6,108,529
June 2003
Matthew E. Graves
(253) 798-7250
...
, Parsons ContructlOn Group
User Defined Report Page 2 of 61
Units Report: Unit List Date. 01/30/07 at 1.27 PM Eastern
eegory Series Unit # Make Model Description
320 320110 10098 R1608E - JAW CRUSHER
320 320 110 10099 R1609E - TROMMEL
320 320 110 10101 R1611E - RADIAL STACKER
320 320.11 0 10102 R1612E - RADIAL STACKER
320 320110 10103 4102-S SOLD RI613E - EL-JA Y SHAKER/HOPPER
320 320 11 0 10949 PUB MILL 200TPH R1602 - PUGMILL W/BELT SCALE
320 320 11 0 10950 CEC R1603 - CEC 85 TON SILO WN ANE FEEDER
320 320.11 0 10951 CEC DSLSCREEN R1604 - CEC SCREENING PLANT
320 320.11 0 10953 CHIEFTAIN TURBOCHIE R1606 - TURBO CHIEFTAIN SCREEN
320 320.11 0 10954 POWER SCRE R1607 - POWER SCREEN 80' STACKER
320 320.110 10955 POWER SCRE 550 1614 - POWER SCREEN TROMMEL 511
320 320110 10956 PEGSON 26X44 RI615 - PEGSON JAW CRUSHER
320 320 110 13429 POWER SCRE CHIEFTAIN 1800 CHIEFTAIN 1800 TRACK SCREEN
320 320.120 10100 R1610E - CONVEYOR
320 320 120 10952 55 FT R1605 - SCREEN CONVEYOR
320 320.120 10957 POWER SCRE M60 R1616 - PWR SCRN M60 RADIAL CONVEYOR
330 330 11 0 10502 JD 4850 R897 - JD 4850 FARM TRACTOR
340 10063 JOY I 85CFM 961E - JOY I 85CFM JD ENGINE COMPRESSR
340 10096 INGERSOL R no SOLD R1145E - I-R AIR COMPRESSOR
340 10154 INGERSOL R R9136E - IR AIR COMPRESSOR
340 10155 INGERSOL R PI 85WJD R9137E - IR AIR COMPRESSOR (HAW All)
340 10156 INGERSOL R P185 R9143E -IRPI85 COMPRESSOR
340 10523 ATLS XAS90 SOLD R935 - ATLAS COPCO AIR COMPRESSO
340 10544 A TLS COPCO XAS90DD SOLD R958 - A TLS COPCO AIR COMPRESSOR
340 10545 A TLS COPCO COPCO SOLD R959 - A TLS COPCO AIR COMPRESSOR
~ 10546 A TLS COPCO COP CO 960 - A TLS COPCO AIR COMPRESSOR
10548 A TLS COPCO COPCO 962 - A TLS COPCO AIR COMPRESSOR
10549 A TLS COPCO COPCO 963 - A TLS COPCO AIR COMPRESSOR
340 10846 AIR BOY PRO V5G30 1114 - AIR BOY AIR COMPRESSOR
340 10869 INGERSOL R T30 10FGT 1153 - I-R AIR COMPRESSOR
340 10893 INGERSOL R 2475-F125G R1184 - I-R AIR COMPRESSOR
340 12165 INGERSOL R PI85WJD 9102 - IR AIR COMPRESSOR
340 12173 XAS85DD 9113 - COMPRESSOR 175CFM
340 12186 PI85 9143 - l-R COMPRESSOR (HAW All)
340 12197 INGERSOL R 185WIR R9154 - I-RAIR COMPRESSOR
340 12198 INGERSOL R 185WIR R9155 - I-R AIR COMPRESSOR
340 12205 INGERSOL R PI85 R9162 - I-R AIR COMPRESSOR
340 12206 INGERSOL R P185WIR 9163 - I-R AIR COMPRESSOR
340 12224 INGERSOL R P260 R9182 - I-RAIR COMPRESSOR P260
340 12225 INGERSOL R XP375 R9183 - I-R AIR COMPRESSOR
340 12228 INGERSOL R P185WIR R9186 - I-R PI 85WIR AIR COMPRESSOR
340 12229 INGERSOL R PI85WIR R9187 - I-R PI85WIR AIR COMPRESSOR
340 12232 INGERSOL R PI85WIR R9190 - I-R AIR COMPRESSOR
340 12239 INGERSOL R P185WIR R9198 - I-R AIR COMPRESSOR
340 12246 960? - UNIDENTIFIED AIR COMPRESSOR
340 12800 185CFM R605ST - 185CFM AIR COMPRESSOR
340 12801 185CFM R606ST - I 85CFM AIR COMPRESSOR
340 13435 AL T AS COPCO XAS97JD 185 XAS97 JD AIR COMPRESSOR
340 13436 AL T AS COPCO XAS97JD 185 XAS97 JD AIR COMPRESSOR
340 13437 AL T AS COPCO XAS97JD 185 XAS97 JD AIR COMPRESSOR
350 13277 EZ DRILL EZ DRILL 1901 - EZ 3 GANG HYDRAULIC DRILL
350 13358 S27 RAMMER S27
350 13415 HENDRIX 225 HKX THUMB & COMBO AUX HYDRAULIC KI
350 13416 HELAC 200 HELAC POWER TILT
. 13417 HENDRIX 330 HENDRIX QUICK COUPLER
13418 HYDRAULIC QUICK COUPLER
350 13420 950G/962G HYDRAULIC QUICK COUPLER
350 350.130 13379 VOLVO 92008 MATERIAL HANDLING ARM
DOSSier Mamtenance Software UDROOOOOO 141-070 130
~
~
Parsons Contruction Group
User Defined Report Page 30f61
Units Report: Unit List Date 01/30107 at I 27 PM Eastern
Category Series Unit # Make Model Description .
350 350.130 13380 VOLVO 92008 MATERIAL HANDLING ARM
350 350 140 13359 MANN CLEARING RAKE
360 10137 JD GATOR 6X4 STOLEN R8903E - JD GATOR
360 10138 JD GATOR 6X4 R8904E - JD GATOR
360 1050 I JD GATOR 6X4 R896 - JD GATOR 6X4
360 12154 KA W ASAKl KAF950-B 8922 - KAWASAKI 950 A TV
360 12155 KA W ASAKl KAF950-B 8923 - KA W ASAKl 950 A TV
360 13201 KA W ASAKl KA950-B6 R8930 - ATV KAF950-B6
360 13356 KA W ASAKl KAF950-B6F ATV MULE KAF950-B6F
360 360 13374 JD 6 X 4 GATOR UTILITY VEHICLE
370 10008 CAT 426B 40 IE - CATERPILLAR 426B
370 10009 CASE 590SL R420E - CASE 590SL BACKHOE
370 10325 CASE 590SL R402 - 590SL CASE BACKHOE
370 10326 CASE 590SL R403 - CASE 590SL BACKHOE
370 10327 CASE 580SL 4WD R404 - CASE 580SL BACKHOE
370 10328 CASE 580SL 4WD R405 - CASE 580SL BACKHOE WI24"" BKT
370 10329 CASE 580SL 4X4 406 - CASE 580SL BACKHOE 4X4
370 10330 CASE 580SL 4X4 R407 - CASE 580SL BACKHOE 4X4
370 10331 CASE 580SL 4X4 R408 - CASE 580SL BACKHOE 4X4
370 10332 CASE 580SL R409 - CASE 580SL BACKHOE 4X4 WIBKT
370 10333 CASE 590SL R410 - CASE 590SL BACKHOE 4X4 WIBKT
370 10334 CASE 580SL 4X4 R411 - CS 580SL BACKHOE WI24"" BKT
370 10335 CASE 590 SUPER 412 - CS 590SL BACKHOE 4X4 WIBKT
370 10336 CASE 590 TURBO SOLD R413 - CS 590 BACKHOE TURBO 4X4
370 10337 CASE 590 SUPER R414 - CS 590SL BACKHOE 4X4
370 10338 CASE 580K PHASE 415 - CS 580K PHSIII 4WD WI ICY BCKT .
370 10339 CASE 590 TURBO SOLD R419 - CS 590 BACKHOE 4X4 W/BKT
370 10340 CAT 416C R421 - CAT 416C BACKHOE
370 10341 CAT 416C R422 - CAT 416C BACKHOE
370 10342 CAT 416C R423 - CAT 416C BACKHOE
370 10343 CAT 416C R424 - CAT 416C BACKHOE
370 10344 CAT 416C EXTEN R425 - CAT 416C BACKHOE
370 10345 CAT 420D R426 - CAT 420D BACKHOE WIBKTSIFORKS
370 10346 JD 310G R427 - JD 31 OG 4X4 BACKHOE
370 10347 ill 310G R428 - ill 31 OG 4X4 BACKHOE
370 10348 CASE 590SL R429 - CASE 590SL BACKHOE
370 12777 CAT 420 R40lST - 420 CAT BACKHOE
370 12778 CAT 420 R402ST - 420 CAT BACKHOE
370 12779 CAT 420 R403ST - 420 CAT BACKHOE
370 12780 CAT 420 R404ST - 420 CAT BACKHOE
370 12781 CAT 420 R405ST - 420 CAT BACKHOE
370 12782 CAT 420 R406ST - 420 CAT BACKHOE
370 12783 CAT 420 R407ST - CAT 420 BACKHOE
370 13273 CASE 580 SM R430 - CASE 580SM 4WD BACKHOE
370 13314 CAT 416C 431 - CATERPILLAR416C BACKHOE
370 13323 JD 310SG 432 - JD 310SG BACKHOE
370 13324 JD 310SG 433 - ill 310SG BACKHOE
370 TEST
380 10407 BMG BWI42 PDB R700 - BMG BWI42 PDB
380 10408 CAT 815B R701 - CAT 815B COMPACTOR ROLLER
380 10409 BOMAG BW75S SOLD R703 - BOMAG WALK BEHIND ROLLER
380 10410 BOMAG BWI20 AD-3 R704 - BOMAG D D. ROLLER
380 10411 DYNAPAC CAI51 R705 - DYNAPAC ROLLER
380 10412 DYNAPAC CA262D R706 - DYNAPAC SHEEPS FOOT ROLLER .
380 10413 DYNAPAC CA262PD R707 - DYNAPAC CA262PD ROLLER
380 10414 DYNAPAC CA252D R708 - DYNAPAC CA252D ROLLER
380 10415 WACKER RDIIA R 760 - WACKER ROLLER
380 10416 SAKAI SV91TF R782 - SAKAI SV9ITF ROLLER
DOSSIer Maintenance Software UDROOOOOO 141-070 130
t
. Parsons Contruction Group
User Defined Report Page. 4 of 61
Units Report: Unit List Dale 01/30/07 at 1 27 PM Eastern
eegory Series Unit # Make Model Description
380 10417 SAKAI SV500D R783 - SAKAI SV500D ROLLER
380 10418 SAKAI SV500D R784 - SAKAI SV500 ROLLER
380 10419 SAKAI SV9lD R 785 - SAKAI SV91 D VIBRATORY ROLLER
380 10420 SAKAI SV9lTF R 786 - SAK SV91 TF ROLLER
380 10421 SAKAI SV9lD R 787 - SAK SV91 D VIBRATORY ROLLER
380 10422 SAKAI SV9lD R 788 - SAK SV91 D VIBRATORY ROLLER
380 10423 SAKAI SV500D R789 - SAKAI SV500D ROLLER
380 10424 GILCREST 813RT 790 - GILCREST PAVER
380 12789 CAT CS533 501 ST - CS533 CAT ROLLER
380 12790 CAT CS533 502ST - CS533 CAT ROLLER
380 12791 CAT CB224 503ST - CAT CB224 ROLLER
380 12841 CAT CS533 R701ST - CAT CS533 ROLLER
380 12842 CAT CS533 R702ST - CAT CS533 ROLLER
380 12843 CAT CB224 R703ST - CAT CB224 ROLLER
380 12844 23 TON 704ST - 23 TON TRUCK
380 13194 GILCREST 813RT R790J - GILCREST 813RT PAVER
380 13317 DYNAPAC CA262D 792 - DYNAPAC CA262D 84" DRUM ROLLER
390 13327 ALLEN ALLEN 1902 - ALLEN 255CD TRIPLE RLLR TUBE P A V
390 390.130 13254 ALLEN 255CD TUBE PAVER 255CD
400 10933 450 RI500 - VIBRATORY DRIVER FITS ALLCRAN
400 10937 GROVE RT745 R1511 - GROVE 45 TON CRANE
400 10938 MANITOW AC 3900WV R1512 - MANITOWAC 3900 140T CRANE
400 10939 GROVE RT-745 R1513 - GROVE CRANE 45 TON
400 10940 GROVE RT755 R1514 - GROVE 55 TON CRANE
400 10941 GROVE RT875 R1515 - GROVE CRANE RT 875 (HAWAII)
~ 10942 MANITOWAC 400WV 1516 - MANITOWAC 4000 175T CRANE
10943 LINKBELT HC218A R1517 - LINKBELT CRANE 100 TON
10946 MANITOW AC 3900V RI529 - MANITOW AC 3900 lOOT CRANE
400 13337 LINKBELT RTC-8075 RI530 - LINKBELT RTC-8075 75 TON CRANE
400 400 160 13441 LINKBELT RTC-8090 SERIES II CRANE 90T TELESCOPIC BOOM ROUGH TER
410 10250 CAT D8L R201 - CAT D8L WI STANDARD BLADE
410 10251 CAT D-4H 202 - CAT D4H DOZER
410 10252 CAT 824C SOLD R203 - CAT 824C DOZER
410 10253 CAT D9L R204 - CAT D9L WI STANDARD BLADE
410 10254 CAT D-6H R205 - CAT D6H DOZER
410 10255 CAT D-6 H LGP R206 - CAT D6HLGP DOZER
410 10256 CAT D-7F SOLD R207 - CAT D7F DOZER (CRAWLER)
410 10257 CAT D8N R208 - CAT D8N WI RIPPER
410 10258 CAT D-6 H LGP SOLD R209 - CAT D6HLGP DOZER
410 10259 CAT D6H-LGP R210 - CAT D6H-LGP DOZER
410 10260 CAT D5C XL R211 - CAT DSC DOZER
410 10261 CAT D5C LGP R212 - CAT D5C LGP DOZER
410 10262 CAT D4H 214 - CAT D4H DOZER
410 10263 CAT DION R215 - CATDlON DOZER
410 10264 CAT DIOR R216 - CAT DIOR DOZER
410 10265 JD 550LGP R250 - JD 550LGP DOZER
410 10266 JD 650G SOLD R251 - JD 650G DOZER
410 10267 JD 650G 253 - JD 650G DOZER
410 10268 JD 650G 254 - JD 650G DOZER (WIDE-TRACK)
410 10269 JD 400G 255 - JD 400G WIDETRACK WI STND BLD
410 10270 JD 450G 256 - JD 450G WIDETRACK WI STND BLD
410 10271 JD 650G 257 - JD 650G WIDETRACK WI STND BLD
410 10272 JD 650H LGP R258 - JD 650H LGP DOZER
410 10273 JD 650H R259 - JD 650H DOZER
. 10274 JD 700H LGP R260 - JD 700H LGP CRAWLER DOZER
10275 JD 700H R261 - JD 700H DOZER
410 10276 JD 700J LGP R262 - JD 700J LGP DOZER
410 10277 JD 70OJ-XLT R263 - JD 70OJ-XLT DOZER
DOSSIer Mamtenance Software lTIDROOOOOO141-070130
'"
..
Parsons Contruction Group
User Defined Report Page' 50f61
Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern
Category Series Unit # Make Model Description .
410 10278 JD 650J LGP R264 - JD 650J LGP DOZER
410 12530 D5G R20lST - D5G DOZER
410 12531 D5GLGP R202ST - D5GLGP DOZER
410 12891 JD 650G 259-90 - JD 650G NRW TRACK WI STND BLD
410 13196 CAT D6NXL R217 - CAT D6N XL DOZER
410 13198 CAT CAT R217 - D6N XL WIDETRACK
410 13266 JD 650L 265 - JD 650J LGP CRAWLER - DOZER
410 410.110 10003 CAT mc DOZER mc
410 410110 13370 JD 650J DOZER JD 650J CRAWLER
420 10002 JD 790E 152E - JOHN DEERE 790E WI THUMB BUCKT
420 10199 CAT 235D RIOI - CAT 235D WI 2.35 CY BUCKET
420 10200 CAT 320 102 - CAT 320 WI 36"" BUCKET
420 10201 CAT 235DLC RI03 - CAT 235DLC W/2 35 CY BUCKET
420 10202 CAT 320L 104 - CAT 320L WI BUCKET
420 10203 CAT 320L 105 - CAT 320L
420 10204 CAT 320CL RI07 - CAT 320CL TRACKHOE
420 10205 HITACHI EX35U Rill - HIT EX35U EXC
420 10206 HITACHI EX200LC-5 R112 - HIT EX200LC-5 TRACKHOE
420 10207 HITACHI EX200LC-5 RI13 - HIT EX200LC-5 EXC
420 10208 HITACHI EX270LC-5 RI14 - HIT EX270LC-5 TRACKHOE
420 10209 HITACHI EX330LC-5 RI15 - HIT EX330LC-5 TRACKHOE
420 10210 KOM TC PC650 L R120 - KOM PC650 LC-3 TRACKHOE
420 10211 KOM PC400LC-6 RI21 - KOM PC400LC TRACKHOE
420 10212 KOM PC750LC-6 RI22 - KOM PC750LC-6 TRACKHOE
420 10213 KOM PC750LC-6 RI23 - KOM PC750 TRACKHOE
420 10214 KOM PC750LC-6 RI24 - KOM PC750 TRACKHOE .
420 10215 KOM PC400LC-6 RI25 - KOM PC400LC-6 TRACKHOE
420 10216 KOM PC300LC-6 RI26 - KOM PC300LC-6 TRACKHOE
420 10217 KOM PC200LC-6 RI27 - KOM PC200LC-6 TRACKHOE
420 10218 KOM PC228US-LC RI28 - KOM PC228US-LC3 TRACKHOE
420 10219 KOM PC228USLC- RI29 - KOM PC228 TRACKHOE
420 10220 HITACHI EX400LCB 133 - HTCH EX400LCB
420 10221 HITACHI EX400LC3 SOLD R134 - HTCH EX400LC3 TRACKHOE
420 10222 HITACHI EC300-3 RI35 - HITACHI EX300 EXCAVATOR
420 10223 HITACHI EC200LC-5 R136 - HIT EX200 TRACKHOE
420 10224 HITACHI EX450LC-5 RI37 - HIT EX450LC-5 TRACKHOE
420 10225 HITACHI EX450LC-5 RI38 - HITACHI EX450LC-5, w/coupler 30.52
420 10226 HITACHI EX200LC-5 RI39 - HIT EX200LC-5 TRACKHOE
420 10227 HITACHI EX160-5 RI40 - HIT EX160-5 EXCV
420 10228 HITACHI EX450LC-5 RI41 - HITACHI EX450LC
420 10229 HITACHI ZI60LC RI42 - HIT ZI60LC TRACKHOE
420 10230 HITACHI Z450X 143 - HITACHI Z450X TRACKHOE
420 10231 JD 690E 153 - JD 690E TRACKHOE W/THUMB
420 10232 JD 200LC R154 - JD 200LC TRACKHOE W/THUMB
420 10233 JD 270LC RI55 - JD 270LC TRACKHOE
420 10234 JD 550LC RI56 - JD 550LC TRACKHOE
420 10235 KOM PC300LC-7L RI57 - KOM PC300LC-7L TRACKHOE
420 10236 JD 200CLC RI58 - JD 200CLC TRACKHOE
420 10237 JD 200CLC RI59 - JD 200CLC TRACKHOE
420 10238 JD 450C LC RI60 - JD 450C LC TRACKHOE
420 10239 JD 200C LC RI61 - JD 200C LC TRACKHOE
420 10240 JD 200CLC RI62 - JD 200CLC TRACKHOE
420 10241 KOM PC200LC-7 RI63 - KOM PC200LC TRACKHOE
420 12470 CAT 345 RIOIST - 345 CAT EXCAVATOR .
420 12496 CAT 315 RI02ST - 315 CAT EXCAVATOR
420 12497 CAT 315 RI03ST - 315 CAT EXCAVATOR
420 12498 CAT 315 RI04ST - 315 CAT EXCAVATOR
420 12499 CAT 320 RI 05ST - 320 CAT EXCA V A TOR
DOSSIer Mamtenance Software UDROOOOOO 141-070 130
j Parsons ContructlOn Group
"
User Defined Report Page' 60f61
Units Report: Unit List Dale' 01/30/07 at 1 27 PM Eastern
.egory Series Unit # Make Model Description
420 12500 CAT 320 R106ST - 320 CAT EXCA V A TOR
420 12501 CAT 320 R107ST - 320 CAT EXCAVATOR
420 12502 CAT 330 R1 08ST - 330 CAT EXCA V A TOR
420 12503 CAT 330 R109ST- 330 CAT EXCAVATOR
420 12505 CAT 330 R110ST - 330 CAT EXCAVATOR
420 12506 CAT 330 R111ST - 330 CAT EXCAVATOR
420 12507 CAT 345 R112ST - 345 CAT EXCAVATOR
420 12508 CAT 345 113ST - CAT 345 TRACKHOE
420 12509 CAT 315 R114ST - CAT 315 TRACKHOE
420 12510 CAT 320 RI15ST- CAT 320 EXCAVATOR
420 12511 CAT 320 RI16ST- CAT 320 EXCAVATOR
420 12512 CAT 320 R117ST - CAT 320 EXCAVATOR
420 12513 CAT 320 R118ST - CAT 320 EXCAVATOR
420 12514 CAT 320 R119ST - CAT 320 EXCAVATOR
420 12520 CAT 320 R120ST - CAT 320 EXCAVATOR
420 12873 YE400 - EXCA V A TORS (PC400) WGT 95.2
420 13197 HITACHI HITACHI 36" & 48" BUCKET; Q.C - R144
420 13265 JD 650LDC 164 - JD 650DLC EXCA V A TOR
420 13326 JD SOD 165 - JD SOD COMPACT EXCA V A TOR
420 420110 10000 HITACHI EX400LC3 EXCA V A TOR EX400LC3
430 10962 INGERSOL R VR-90C R1702 - I-R FORKLIFT
430 10966 GENIE GS2032 R1706 - GENIE MANLIFT (HAWAII)
430 10967 GENIE GS2032 R1707 - GENIE MANLIFT (HAWAII)
430 10968 HYSTER H50XM R1708 - HYSTER H50XM FORKLIFT
430 10969 CAT GP25 R1743 - CAT GP25 FORKLIFT
, 10970 HYSTER H250H R1747 - HYSTER H250 FORKLIFT
10971 CHAMP 530-80 SOLD R1751 - CHAMP 530-80 FORKLIFT
10972 GROVE SM2633BE R1754 - GROVE SCISSOR LIFT
430 10973 VR60B R1764 - REACHLIFT 6000 LB
430 10974 CAT V120 R1767 - CAT FORKLIFT 12000 LB
430 10975 TAYLOR Y-60-WO 1778 - TAYLOR FORKLIFT 62000 LB
430 10976 CAT TH63 R1779 - CAT TH63 FORKLIFT
430 10977 CAT TH83 R 1780 - CAT TH83 FORKLIFT
430 10978 CAT TH83 RI781 - CAT TH83 FORKLIFT
430 10979 CAT TH83 RI782 - CAT TH83 TELESCOPIC FORKLIFT
430 12796 CAT TH83 R601 ST - TH83 CAT FORKLIFT
430 430.11 0 13442 CAT TH460B FORKLIFT CA TEPILLAR TH460B
430 430.11 0 13443 CAT TH460B FORKLIFT CA TEPILLAR TH460B
430 430.110 13444 CAT TH460B FORKLIFT CA TEPILLAR TH460B
450 110 13378 TRIMBLE GCS900 GPS CONTROL SYSTEM CGS900
450 130 13384 TRIMBLE TSC2 GPS CU TSC2 WI SCS900
450 450.120 13364 TRIMBLE SPS780 MAX GPS ROVER SYSTEM
450 450.120 13372 TRIMBLE SPS750 GPS SPS750 MAX 900 MHZ KIT
450 450.120 13383 TRIMBLE SPS750 GPS SPS750 MAX 900 MHZ KIT
450 450.130 13349 TRIMBLE S6 ROBOTIC TOTAL STATION 3"
450 450.130 13363 TRIMBLE TSC2 GPS CU TSC2 WI SCS 900
450 450 130 13414 TRIMBLE S6 TRIMBLE S6 5" ROBOTIC TOTAL STATION
460 10010 JD 772A SOLD 552E - JOHN DEERE 772A GRADER
460 10355 CAT 140G R500 - CAT 140G GRADER
460 10356 CAT 14G R502 - CAT 14G GRADER
460 10357 CAT 140G R503 - CAT 140G GRADER
460 10358 CAT 163H R504 - CAT 163H GRADER
460 10359 CAT 140G 505 - CAT 140G GRADER
460 10360 CAT 140G R506 - CAT 140G GRADER
. 10361 CAT 140H R507 - CAT 140H GRADER
10362 JD 772 SOLD R552 - JD772 GRADER 6WD
460 13193 HUBER M850A MAIN R581J - HUBER M850A GRADER
460 460.110 13345 VOLVO G976 508 - VOLVO C976 MOTOR GRADER
Dossier Mamtenance Software UDROOOOOOI41-070130
.
~
Parsons Contructlon Group
User Defined Report Page' 7 of 61
Units Report: Unit List Date 01/30/07 at 1:27 PM Eastern .-
Category Series Unit # Make Model Description
460 460.110 13377 VOLVO G976 MOTOR GRADER G976
460 460 11 0 13445 JD 672CH MOTOR GRADER JD 672CH
470 10065 JD TS150 .122E - HOEP AC FOR 790JD
470 10066 ALLIED 8700C 143E - ALLIED VIBRATORY HOEPAC
470 10587 ALLIED 9800 .108 - ALLIED HOE PAC
470 10588 ALLIED 9800 .110 - ALLIED HOE PAC - CONVERTED
470 10589 ALLIED 9800 III - ALLIED HOE PAC - CONVERTED
470 10590 ALLIED 9800 .112 - ALLIED HOE PAC - CONVERTED
470 10591 ALLIED 9800 .113 - ALLIED HOEPAC NOT CONVERTED
470 10592 STANLEY HS-6000 .114 - STANLEY HOE PAC FOR 580 CASE
470 10593 ALLIED 8700 .115 - ALLIED HOE PAC FOR 580 CASE
470 10594 TC-90S .116 - HOEPAC FOR 410C
470 10595 STANLEY HS20000 117 - STANLEY HOE PAC - NOT CONVERT
470 10596 STANLEY FOR 41 OJDI 118 - STANLEY HOE PAC FOR 580 CASE
470 10597 TELEDYNE TC-90S .119 - TELEDYNE HOE PAC - JD 410C
470 10598 ALLIED 8700 .120 - ALLIED HOE PAC
470 10599 OKADA 40 .121 - OKADA HOE PAC - CONVERTED
470 10600 NPK C-8B .123 - NPK HOE PAC FOR 320L
470 10601 ALLIED 8700C L TS .124 - ALLIED HOE PAC FOR 580 CASE
470 10602 TELEDYNE TCl50S .125 - TELEDYNE HOE PAC FOR 690E
470 10603 TELEDYNE TC150S .126 - TELEDYNE HOE PAC
470 10604 ALLIED 8700L TS .127 - ALLIED HOE PAC FOR 580 CASE
470 10605 ALLIED 8700 .128 - ALLIED HOE PAC FOR 580 CASE
470 10606 INDECO IHC 130 129 - INDECO HOE PAC FOR PC200
470 10607 ALLIED .130 - ALLIED HOE PAC - COMP BKT
470 10608 INDECO IHC200 .131 - INDECO HOE PAC FOR EX270LC-5 .
470 10609 TC301 .132 - HOE PAC
470 10610 TC301 .133 - HOE PAC
470 10611 NPK C-4C 134 - NPK HOE PAC FITS 416C
470 10612 NPK C-4C .135 - NPKHOE PAC FOR416C
470 10613 INDECO IHCI30 .136 - INDECO HOE PAC FOR EXI60LC-5
470 10615 STANLEY HS6018 .138 - STANLEY HOE PAC FOR 416C
470 10616 ALLIED 9700 139 - ALLIED HOE PAC
470 10617 AMERICAN DC-24 140 - AMERICAN HOE PAC FOR PC228
470 10618 AMERICAN DC-48 .141 - AMERICAN HOE PAC FOR PC750
470 10619 OAC 200 142 - OAC HOE PAC
470 10620 TELEDYNE TB1680XC 144 - TELEDYNE HYD BREAKER
470 10621 BTI TC91S .145 - NEW B.T.I. HOEPAC FOR R428
470 10622 BTI TC301 146 - NEW B.T.I. HOEPAC FOR R161
470 10623 BTI TC151S 147 - BTI TCI51S HOE PAC (R142)
470 10624 INDECO IHCI30 148 - INDECO HOEPAC
470 10793 CAT 104H - HOE-PAC ATCHMT TO CAT 320
480 10466 MH 42A SD R859 - BRD MH42A SELF-PRPLD HYDRA H
500 10917 AMlDA 5080D 4MH 1 SOLD R1300 - AMlDA LIGHT PLANT
500 10918 TMPE 3A4DC SOLD R1301 - FEDERAL SIGNAL LIGHT PLAN
500 10919 N6KFMXZ R1302 - LIGHT PLANT 4KW
500 10920 ALLMAND N6KFMXZ R1303 - ALLMAND LIGHT TOWER 4KW
500 10921 N6KFMXZ R1304 - LIGHT PLANT 4KW
500 10922 ALLMAND N6KFMXZ R1305 - ALLMAND LIGHT TOWER 4KW
500 10923 ALLMAND N6KFMXZ RI306 - ALLMAND LIGHT TOWER
500 10924 ALLMAND ELPKFMEZ R1307 - ALLMAND LIGHT TOWER
500 500 10551 INGERSOL R 5080C-4MHI 965 - I-R 5080C-4MHI LIGHT PLANT
500 500 10552 FS TMPE*3A4DC 966 - FS TMPE*3A4DC LIGHT PLANT
510 10004 CASE 1840 R30 IE - CASE 1840 LOADER (HAWAII) .
510 10005 CAT 950G 315E - CAT 950G LOADER
510 10006 KOM WA380 323E - KOM WA380 LDR
510 10007 JD 624G SOLD R353E - JD 624G WI 2.75 CY BKT
510 10282 853 R300 - BBCT 853 WI 66'11I C&I BUCKET
Dossier Mamtenance Software UDROOOOOO141-070130
\
~ Parsons ContrnctlOn Group :1 ~
User Defined Report Page' 80f61
Units Report: Unit List Date' 01130/07 at I 27 PM Eastern
etegory Series Unit # Make Model Description
510 10283 CAT 980F R310 - CAT 980F WHEEL LOADER
510 10284 CAT 960F R311 - CAT 960F WHEEL LOADER
510 10285 CAT IT28F R312 - CAT IT28F LOADER
510 10286 CAT 950G R313 - CAT 950G LOADER
510 10287 CAT 950G R314 - CAT 950G LOADER
510 10288 CAT 950G R315 - CAT 950G LOADER
510 10289 CAT 950G R316 - CAT 950G LOADER
510 10290 KOM W A320-3L R317 - KOM W A320-3L LOADER (HAWAII)
510 10291 KOM WA450-3 R318 - KOM W A450 LOADER
510 10292 KOM W A380-3 R319 - KOMATSU WA380-3 LOADER
510 10293 KOM W A250-3PT R320 - KOM W A250-3PT LOADER
510 10294 KOM WA320-3 R321 - KOM W A320-3 LOADER WI A TICH
510 10295 KOM W A420-3 R322 - KOMWA420-3 LOADER W/ATICH
510 10296 KOM WA380 323 - KMTS WA380 W/3 75 CY BUCKET
510 10297 KOM WA380 324 - KOM WA380-ILC WHEEL LOADER
510 10298 KOM W A320-3L 325 - KOM W A320-3 WHEEL LOADER
510 10299 KOM W A380-3L R326 - KOM W A380-3 WHEEL LOADER
510 10300 KOM WA420-3L R327 - KOM W A420-3 WHEEL LOADER
510 10301 KOM W A500-1 LE R328 - KOM WA500-ILE WHEEL LOADER
510 10302 KOM W A380 329 - KOM W A380 LOADER
510 10303 KOM W A400-5 R330 - KOM W A400-5 WHEEL LOADER
510 10304 CAT 950G II R331 - CAT 950G II WHEEL LOADER
510 10305 JD 644E 351 - JD 644E W/4 CY BUCKET
510 10306 JD 544G 352 - JD 544G WI 25CY BUCKET
510 10307 JD 624G SOLD 353 - JD 624G WI2 75 CY BUCKET
.~ 10308 JD 644G R354 - JD 644G LOADER
10309 JD TC54H 355 - JD TC54 LOADER
10 10310 JD 644H R356 - JD 644H WHEEL LOADER
510 10311 JD 744J R357 - JD 744J WHEEL LOADER
510 10312 JD 644J R358 - JD 644J WHEEL LOADER
510 10313 JD 644J R359 - JD 644J WHEEL LOADER
510 10314 JD 444J R360 - JD 444J WHEEL LOADER
510 10315 JD 644J R361 - JD 644J WHEEL LOADER
510 10389 CAT mOOE II R617 - CAT mOOE II OFF RD TRK 30 TN
510 12665 CAT 924 R30lST - 924 CAT LOADER
510 12667 CAT 924 R302ST - CAT 924 LOADER
510 12668 CAT 924 R303ST - CAT 924 LOADER
510 12669 CAT 950 R304ST - CAT 950 LOADER
510 12670 CAT 962 R305ST - CAT 962 LOADER
510 12671 CAT 962 R306ST - CAT 962 LOADER
510 12672 CAT 962 R307ST - CAT 962 LOADER
510 12673 CAT 924 R308ST - CAT 924 LOADER
510 12674 CAT 966 R309ST - CAT 966 LOADER
510 12757 CAT 950 310ST - CAT 950 WHEEL LOADER
510 13264 JD 544J 362 - JOHN DEERE 544J AR TICULA TED LOADE
510 13275 VOLVO Ll20E 363 - VOLVO Ll20E WHEEL LOADER
510 13276 VOLVO Ll20E 364 - VOLVO Ll20E WHEEL LOADER
510 13339 JD 325 365 - JOHN DEERE 325 SKID STEER LOADER
510 510.130 13430 VOLVO L70E WHEEL LOADER VOLVO L 70E
530 530.130 10058 EVERGREEN 933E - EVRGRN OFFICE TRLR 14'
540 10380 CAT D250D R608 - CAT D250D OFF-RD DUMP 25 TON
540 10381 CAT D250D R609 - CAT D250D OFF-RD DUMP 25 TON
540 10385 VOLVO A30C R613 - VOLVO OFF RD TRK 30 TON
. 10386 VOLVO A30C R614 - VOLVO OFF RD TRK 30 TON
10387 VOLVO A30C R615 - VOLVO OFF RD TRK 30 TON
10388 CAT mOOE II R616 - CAT mOOE II OFF RD TRK 30 TN
540 10390 CAT moo II R618 - CAT mOOE OFF RD TRK 30 TON
540 10391 VOLVO A35C R619 - VOLVO A35C OFF RD TRUCK
Dossier Maintenance Software UDROOOOOO 141-070 130
I
~
Parsons Contruction Group
User Defined Report Page' 9 of 61
Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern
Category Series Unit # Make Model Description .-
540 10392 VOLVO A35C R620 - VOLVO A35C OFF RD TRUCK
540 10393 VOLVO A35C R621 - VOLVO A35C OFF RD TRK
540 10394 VOL va A35C R622 - VOLVO A35C OFF RD TRK
540 10395 VOLVO A30C R623 - VOL va OFF RD TRK 30 TON
540 12792 CAT 23 TON 504ST - CAT 23 TON TRUCK
540 12815 26 TON 620ST - PETERBUIL T 26 TON TRUCK
540 540.110 13431 VOLVO A40D A40D HAULER ARTICULATED
540 540.110 13432 VOLVO A40D A40D HAULER ARTICULATED
570 10372 CAT 623B R600 - CAT 623B 23CY SELF-LOADER
570 10373 CAT 623B R601 - CAT 623B 23CY SELF-LOADER
570 10374 CAT 631D R602 - CAT 631 D 31 CY SCRAPER
570 10375 CAT 631D R603 - CAT 631D 31 CY SCRAPER
570 10376 CAT 631D R604 - CAT 631 D 31 CY SCRAPER
570 10377 CAT 631D R605 - CAT 631D 31 CY SCRAPER
570 10378 CAT 631D R606 - CAT 631D 31 CY SCRAPER
570 10379 CAT 631D R607 - CAT 631 D 31 CY SCRAPER
570 10383 CAT 631D R611 - CAT 631D 31 CY SCRAPER
570 10384 CAT 631D R612 - CAT 631D 31 CY SCRAPER
570 13111 YS637P - SCRAPERS-PUSHIPULL (637)
570 13112 YS657P - SCRAPERS-PUSHIPULL (657)
590 11617 7125 - 8 X 20 STEEL SHEET
590 11618 7126 - 8 X 20 STEEL SHEET
590 11619 7127 - 8 X 20 STEEL SHEET
590 11620 7128 - 8 X 20 STEEL SHEET
590 11621 7129 - 8 X 20 STEEL SHEET
590 11622 7130 - 8 X 20 STEEL SHEET .
590 11623 7131 - 8 X 20 STEEL SHEET
590 11624 R7132 - 8 X 19 STEEL SHEET (HAWAII)
590 11625 7133 - 8 X 12 STEEL SHEET
590 11626 7134 - 8 X 20 STEEL SHEET
590 11627 7135 - 8 X 20 STEEL SHEET
590 11628 7136 - 8 X 20 STEEL SHEET
590 11629 7137 - 8 X 16 STEEL SHEET
590 11630 7138 - 8 X 20 STEEL SHEET
590 11631 7139 - 8 X 20 STEEL SHEET
590 11632 7140 - 8 X 20 STEEL SHEET
590 11633 7141 - 7 X 20 STEEL SHEET
590 11634 7142 - 8 X 20 STEEL SHEET
590 11635 7143 - 8 X 20 STEEL SHEET
590 11636 7144 - 8 X 20 STEEL SHEET
590 11637 7145 - 8 X 20 STEEL SHEET
590 11638 7146 - 8 X 20 STEEL SHEET
590 11639 7147 - 8 X 20 STEEL SHEET
590 11640 7148 - 8 X 20 STEEL SHEET
590 11641 7149 - 8 X 20 STEEL SHEET
590 11642 7150 - 8 X 20 STEEL SHEET
590 11643 7151 - 8 X 20 STEEL SHEET
590 11644 7152 - 8 X 20 STEEL SHEET
590 11645 7153 - 8 X 20 STEEL SHEET
590 11646 7154 - 8 X 20 STEEL SHEET
590 11647 7155 - 8 X 20 STEEL SHEET
590 11648 7156 - 8 X 20 STEEL SHEET
590 11649 7157 - 8 X 20 STEEL SHEET
590 11650 7158 - 8 X 20 STEEL SHEET .
590 11651 7159 - 8 X 20 STEEL SHEET
590 11652 7160 - 8 X 20 STEEL SHEET
590 11653 7161 - 8 X 20 STEEL SHEET
590 11654 7162 - 8 X 20 STEEL SHEET
Dossier Mamtenance Software UDROOOOOOI41-070130
l
. Parsons ContructlOn Group
User Defined Report
Units Report: Unit List
eegory Series
Page'lOof61
Date 01/30107 at 1 27 PM Eastern
Unit #
Make
Model
Description
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
tI
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
~
590
590
11655
11656
11657
11658
11659
11660
11661
11662
11663
11664
11665
11666
11667
11668
11669
11670
11671
11672
11673
11674
11675
11676
11677
11678
11679
11680
11681
11682
11683
11684
11685
11686
11687
11688
11689
11690
11691
11692
11693
11694
11695
11696
11697
11698
11699
11700
11701
11702
11703
11704
11705
11706
11707
11708
11709
11710
11711
11712
7163 - 8 X 20 STEEL SHEET
7164 - 8 X 8 STEEL SHEET
7165 - 8 X 20 STEEL SHEET
7166 - 8 X 20 STEEL SHEET
7167 - 8 X 20 STEEL SHEET
7168 - 8 X 10 STEEL SHEET
7169 - 8 X 10 STEEL SHEET
7170 - 8 X 10 STEEL SHEET
7171 - 8 X 10 STEEL SHEET
7172 - 8 X 20 STEEL SHEET
7173 - 8 X 20 STEEL SHEET
7174 - 8 X 20 STEEL SHEET
7175 - 8 X 17 STEEL SHEET
7176 - 8'8'''' X 8'2'''' STEEL SHEET
7177 - 8 X 20 STEEL SHEET
7178 - 8 X 20 STEEL SHEET
7179 - 8 X 20 STEEL SHEET
7180 - 8 X 20 STEEL SHEET
7181 - 8 X 20 STEEL SHEET
7182 - 8 X 20 STEEL SHEET
7183 - 8 X 25 STEEL SHEET
7184 - 8 X 25 STEEL SHEET
7185 - 8 X 20 STEEL SHEET
7186 - 8 X 20 STEEL SHEET
7187 - 8 X 20 STEEL SHEET
7188 -7 X 20 STEEL SHEET
7189 - 8 X 20 STEEL SHEET
7190 - 8 X 20 STEEL SHEET
7191 - 8 X 20 STEEL SHEET
7192 - 8 X 20 STEEL SHEET
7193 - 8 X 20 STEEL SHEET
7194 - 8 X 20 STEEL SHEET
7195 - 8 X 20 STEEL SHEET
7196 - 8 X 25 STEEL SHEET
7197 - 8 X 20 STEEL SHEET
7198 - 8 X 20 STEEL SHEET
7199 - 8 X 25 STEEL SHEET
7200 - 8 X 25 STEEL SHEET
7201 - 8 X 25 STEEL SHEET
7202 - 8 X 25 STEEL SHEET
7203 - 8 X 25 STEEL SHEET
7204 - 8 X 20 STEEL SHEET
7205 - 8 X 25 STEEL SHEET
7206 - 8 X 25 STEEL SHEET
7207 - 8 X 25 STEEL SHEET
7208 - 8 X 25 STEEL SHEET
7209 - 8 X 25 STEEL SHEET
7210 - 8 X 25 STEEL SHEET
7211 - 8 X 20 STEEL SHEET
7212 - 8 X 20 STEEL SHEET
7213 - 8 X 13 STEEL SHEET
7214 - 8 X 13 STEEL SHEET
7215 - 8 X 20 STEEL SHEET
7216 - 8 X 20 STEEL SHEET
7217 - 8 X 20 STEEL SHEET
7218 - 8 X 20 STEEL SHEET
7219 - 8 X 20 STEEL SHEET
7220 - 8 X 20 STEEL SHEET
Dossier Maintenance Software
UDROOOOOOI41-070130
I
,
Parsons Contruction Group
User Defined Report Page' 11 of 61
Units Report: Unit List Date 01/30/07 at I 27 PM Eastern .
Category Series Unit # Make Model Description
590 11713 7221 - 8 X 25 STEEL SHEET
590 11714 7222 - 8 X 25 STEEL SHEET
590 ]17]5 7223 - 8 X 25 STEEL SHEET
590 ]1716 7224 - 8 X 20 STEEL SHEET
590 11717 7225 - 8 X 25 STEEL SHEET
590 1]718 7226 - 8 X 25 STEEL SHEET
590 ] ]719 7227 - 8 X 20 STEEL SHEET
590 11720 7228 - 8 X ] 0 STEEL SHEET
590 ] 172] 7229 - 8 X 20 STEEL SHEET
590 11722 7230 - 8 X 20 STEEL SHEET
590 1]723 7231 - 8 X 20 STEEL SHEET
590 11724 7232 - 8 X 20 STEEL SHEET
590 1]725 7233 - 8 X ]2 STEEL SHEET
590 ] ] 726 7234 - 8 X ] 2 STEEL SHEET (HAWAII)
590 11727 7235 - 8 X 20 STEEL SHEET (OREGON)
590 1]728 7236 - 8 X 20 STEEL SHEET (OREGON)
590 11729 7237 - 8 X 20 STEEL SHEET (OREGON)
590 11730 7238 - 8 X 20 STEEL SHEET (OREGON)
590 11731 7239 - 8 X 20 STEEL SHEET (OREGON)
590 11732 7240 - 8 X 20 STEEL SHEET (OREGON)
590 11733 7241 - 8 X 20 STEEL SHEET (OREGON)
590 ] 1734 7242 - 8 X 20 STEEL SHEET (OREGON)
590 11735 7243 - 8 X 20 STEEL SHEET (OREGON)
590 1 ]736 7244 - 8 X 20 STEEL SHEET (OREGON)
590 11737 7245 - 8 X 20 STEEL SHEET
590 11738 R 7246 - 8 X 20 STEEL SHEET (HAWAII) .
590 11739 R 7247 - 8 X 20 STEEL SHEET (HAWAII)
590 11740 R 7248 - 8 X 20 STEEL SHEET (HAWAII)
590 11741 7249 - 8 X 20 STEEL SHEET (HAWAII)
590 11742 7250 - 8 X 20 STEEL SHEET (HAWAII)
590 11743 R725] - 8 X 20 STEEL SHEET (HAWAII)
590 1 ]744 7252 - 8 X 20 STEEL SHEET (HAWAII)
590 ]1745 7253 - 8 X 20 STEEL SHEET (HAWAII)
590 11746 7254 - 8 X 20 STEEL SHEET (HAWAII)
590 11747 7255 - 8 X 20 STEEL SHEET (HAWAII)
590 11748 R7256 - 8 X 20 STEEL SHEET (HAWAII)
590 11749 R 7257 - 8 X 20 STEEL SHEET
590 1 ]750 7258 - 8 X 20 STEEL SHEET (HAWAII)
590 11751 7259 - 8 X 20 STEEL SHEET (HAWAII)
590 11752 7260 - 8 X 20 STEEL SHEET (HAWAII)
590 ]]753 7261 - 8 X 20 STEEL SHEET (HAWAII)
590 11754 7262 - 8 X 20 STEEL SHEET (HAWAII)
590 11755 7263 - 8 X 30 STEEL SHEET (HAWAII)
590 1]756 7264 - 8 X 20 STEEL SHEET
590 11757 7265 - 8 X 20 STEEL SHEET (HAWAII)
590 11758 7266 - 6 X ] 2 STEEL SHEET (HAWAII)
590 1]759 7267 - 6 X 12 STEEL SHEET (HAWAII)
590 11760 7268 - 6 X 12 STEEL SHEET ( HAWAII)
590 11761 7269 - 6 X 12 STEEL SHEET (HAWAII)
590 11762 7270 - 6 X 12 STEEL SHEET
590 11763 727] - 6 X ]2 STEEL SHEET
590 11764 7272 - 8 X 15 STEEL SHEET ( HAWAII)
590 11765 7273 - 8 X 15 STEEL SHEET (HAWAII)
590 11766 7274 - 8 X ] 5 STEEL SHEET (HAWAII) .
590 11767 7275 - 8 X ] 5 STEEL SHEET (HAWAII)
590 ] 1768 7276 - 8 X 15 STEEL SHEET (HAWAII)
590 ] ] 769 7277 - 8 X 20 STEEL SHEET
590 ] ] 770 7278 - 8 X 20 STEEL SHEET (HAWAII)
Dossier Maintenance Software UDROOOOOOI41-070130
~ Parsons Contruction Group
User Defined Report
Units Report: Unit List
etegory Series
Unit #
Page' 12 of61
Date 01/30/07 at 1.27 PM Eastern
Make
Model
Description
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
.
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
~
590
590
11771
11772
11773
11774
11775
11776
11777
11778
11779
11780
11781
11782
11783
11784
11785
11786
11787
11788
11789
11790
11791
11792
11793
11794
11795
11796
11797
11798
11799
11800
11801
11802
11803
11804
11805
11806
11807
11808
11809
11810
11811
11812
11813
11814
11815
11816
11817
11818
11819
11820
11821
11822
11823
11824
11825
11826
11827
11828
7279 - 8 X 20 STEEL SHEET
7280 - 8 X 20 STEEL SHEET
7281 - 8 X 17 STEEL SHEET
7282 - 8 X 20 STEEL SHEET
7283 - 8 X 20 STEEL SHEET
7284 - 8 X 16 STEEL SHEET
7285 - 8 X 20 STEEL SHEET
7286 - 8 X 20 STEEL SHEET
7287 - 8 X 20 STEEL SHEET
7288 - 8 X 20 STEEL SHEET
7289 - 8 X 20 STEEL SHEET
7290 - 8 X 20 STEEL SHEET
7291 - 8 X 20 STEEL SHEET
7292 - 8 X 20 STEEL SHEET
7293 - 8 X 20 STEEL SHEET
7294 - 8 X 20 STEEL SHEET
7295 - 8 X 20 STEEL SHEET
7296 - 8 X 20 STEEL SHEET
7297 - 8 X 20 STEEL SHEET
7298 - 8 X 20 STEEL SHEET
7299 - 8 X 20 STEEL SHEET (#756)
7300 - 8 X 20 STEEL SHEET (#756)
7301 - 8 X 20 STEEL SHEET (#756)
7302 - 8 X 20 STEEL SHEET (#756)
7303 - 8 X 20 STEEL SHEET (#756)
7304 - 8 X 20 STEEL SHEET (#756)
7305 - 8 X 20 STEEL SHEET (#756)
7306 - 8 X 20 STEEL SHEET (#756)
7307 - 8 X 20 STEEL SHEET (#756)
7308 - 8 X 20 STEEL SHEET (#756)
7309 - 8 X 20 STEEL SHEET (#756)
7310 - 8 X 20 STEEL SHEET (#756)
7311 - 8 X 20 STEEL SHEET (#756)
7312 - 8 X 20 STEEL SHEET (#756)
7313 - 8 X 20 STEEL SHEET (#756)
7314 - 8 X 20 STEEL SHEET (#756)
7315 - 8 X 20 STEEL SHEET (#756)
7316 - 8 X 20 STEEL SHEET (#756)
7317 - 8 X 20 STEEL SHEET (#756)
7318 - 8 X 20 STEEL SHEET
7319 - 8 X 20 STEEL SHEET
7320 - 8 X 20 STEEL SHEET
7321 - 8 X 20 STEEL SHEET
7322 - 8 X 20 STEEL SHEET
7323 - 8 X 20 STEEL SHEET
R7324 - 8 X 20 STEEL SHEET
7325 - 8 X 20 STEEL SHEET
7326 - 8 X 20 STEEL SHEET
7327 - 8 X 20 STEEL SHEET
R7328 - 8 X 20 STEEL SHEET
7329 - 8 X 20 STEEL SHEET
7330 - 8 X 20 STEEL SHEET
7331 - 8 X 20 STEEL SHEET
7332 - 8 X 20 STEEL SHEET
7333 - 8 X 20 STEEL SHEET
7334 - 8 X 20 STEEL SHEET
7335 - 8 X 20 STEEL SHEET
7336 - 8 X 20 STEEL SHEET
DOSSIer Maintenance Software
UDR000000141-070130
Parsons ContructlOn Group
User Defined Report Page 13 of61
Units Report: Unit List Date 01/30/07 at I 27 PM Eastern .-
Category Series Unit # Make Model Description
590 11829 7337 - 8 X 20 STEEL SHEET
590 11830 7338 - 8 X 20 STEEL SHEET
590 11831 7339 - 8 X 20 STEEL SHEET
590 11832 7340 - 8 X 20 STEEL SHEET
590 11833 7341 - 8 X 20 STEEL SHEET
590 11834 7342 - 8 X 20 STEEL SHEET
590 11835 7343 - 8 X 20 STEEL SHEET
590 11836 R7344 - 8 X 20 STEEL SHEET (HAWAII)
590 11837 7345 - 8 X 20 STEEL SHEET
590 11838 7346 - 8 X 20 STEEL SHEET
590 11839 7347 - 8 X 20 STEEL SHEET
590 11840 7348 - 8 X 20 STEEL SHEET
590 11841 7349 - 8 X 20 STEEL SHEET
590 11842 7350 - 8 X 20 STEEL SHEET
590 11843 7351 - 8 X 20 STEEL SHEET
590 11844 7352 - 8 X 20 STEEL SHEET
590 11845 7353 - 8 X 20 STEEL SHEET
590 11846 7354 - 8 X 12 STEEL SHEET
590 11847 7355 - 8 X 20 STEEL SHEET
590 11848 7356 - 8.5X20 STEEL SHEET
590 11849 7357 - 8.5X20Xl nn STEEL SHEET
590 11850 7358 - 7X20Xl'''' STEEL SHEET
590 11851 7359 - 8X20Xl nn STEEL SHEET
590 11852 7360 - 7X20Xl nn STEEL SHEET
590 11853 7361 - 8 X 20 STEEL SHEET
590 11854 7362 - 8 X 16 STEEL SHEET .
590 11855 7363 - 8 X 20 STEEL SHEET
590 11856 7364 - 8 X 20 STEEL SHEET
590 11857 7365 - 8 X 20 STEEL SHEET
590 11858 7366 - 8 X 20 STEEL SHEET
590 11859 7367 - 8 X 20 STEEL SHEET
590 11860 7368 - 8 X 20 STEEL SHEET
590 11861 7369 - 8 X 20 STEEL SHEET
590 11862 7370 - 8 X 20 STEEL SHEET
590 11863 7371 - 8X20XI nn STEEL SHEET
590 11864 7372 - 8X20XI nn STEEL SHEET
590 11865 7373 - 8X20XI nn STEEL SHEET
590 11866 7374 - 8X20Xl nn STEEL SHEET
590 11867 7375 - 8X20XI'''' STEEL SHEET
590 11868 7376 - 8X20Xl nn STEEL SHEET
590 11869 7377 - 8X20Xl '''' STEEL SHEET
590 11870 7378 - 8X20XI '''' STEEL SHEET
590 11871 7379 - 8 X 20 STEEL SHEET
590 11872 7380 - 8 X 20 STEEL SHEET
590 11873 7381 - 8 X 20 STEEL SHEET
590 11874 7DB? - 7 EFFIe. BOXES
590 11915 R8020 - 8 X 10 DITCH BOX
590 11916 R8021 - 8 X 10 DITCH BOX
590 11917 R8023 - lOX 10 DITCH BOX
590 11918 R8024 - 8 X 10 DITCH BOX
590 11919 R8025 - lOX 10 DITCH BOX
590 11920 8030 - EFFICIENCY BOX 816 XLD
590 11921 R8031 - EFFICIENCY BOX 816 XLD
590 11922 8032 - EFFICIENCY BOX 816 XLD .
590 11923 8033 - EFFICIENCY BOX 816 XLD
590 11924 R8034 - EFFICIENCY BOX 816 XLD
590 11925 R8035 - EFFICIENC BOX 816 XLD
590 11926 STACK R8036 - 8 X 16 DITCH BOX
Dossier Mamtenance Software tnDROOOOOO141-070130
~ Parsons Contruction Group
User Defined Report Page 14 of 61
Units Report: Unit List Date 01/30/07 at I 27 PM Eastern
eegory Series Unit # Make Model Description
590 11927 8037 - 4 X 16 DnCH BOX STACK
590 11928 8038 - 4 X 24 DITCH BOX
590 11929 R8039 - 8 X 10 DITCH BOX
590 11930 R8040 - 4 X 24 DITCH BOX
590 11931 8050 - EFFICIENCY BOX 6X20
590 11932 8051 - EFFICIENCY BOX 6X20
590 11933 8052 - EFFICIENCY BOX 6X20
590 11934 8060 - EFFICIENCY BOX 820 XLD
590 11935 8061 - EFFICIENCY BOX 820 XLD
590 11936 8062 - EFFICIENCY BOX 820 XLD
590 11937 8063 - EFFICIENCY BOX 820 HT8
590 11938 8064 - EFFICIENCY BOX 820 XLD
590 11939 8065 - EFFICIENCY BOX 820 XLD
590 11940 R8066 - EPI 8 X20 KNIFE
590 11941 8067 - EFFICIENCY BOX 820 XLD
590 11942 R8068 - EFFICIENCY BOX 820 KNIFE
590 11943 R8069 - 8 X 20 DITCH BOX KNIFE
590 11944 8071 - EFFICIENCY BOX 820 XLD
590 11945 R8072 - EFFICIENCY BOX 820 KNIFE
590 11946 R8073 - EPI 8 X 20 KNIFE
590 11947 8074 - EFFICIENCY BOX 820 XLD
590 11948 8076 - EFFICIENCY BOX 820 XLD
590 11949 R8077 - EFFICIENCY BOX 820 XLD
590 11950 R8078 - EFI 8X20 KNIFE
590 11951 8088 - 6 X24 8"" WALL STACK DITCH BOX
. 11952 SOLD 8089 - 8 X 24 8" WALL KNIFE DTCH BX
11953 SOLD R8090 - 10 X 24 DITCH BOX
11954 8091 - 8 X 27 DITCH BOX
590 11955 R8092 - 8 X 20 DITCH BOX
590 11956 8093 - 8 X 20 DITCH BOX
590 11957 R8094 - EFI 8 X 20 DITCH BOX
590 11958 8095 - EFI 8 X 20 DITCH BOX ADHT F SP
590 11959 8096 - lOX 20 DITCH BOX
590 11960 SOLD 8097 - 8X24 DITCH BOX
590 11961 R8098 - EPI 8 X 24 DITCH BOX
590 11962 8099 - EPI 2 X 20 DITCH BOX
590 11963 R8100 - EPI 2 X 20 DITCH BOX
590 11964 R8101 - EPI 6 X 20 DITCH BOX
590 11965 R8102 - 8 X 10 X 4"" DITCH BOX
590 11966 8103 - 6 X lOX 2'''' DITCH BOX
590 11967 R8104 - 10 X 10 DITCH BOX
590 11968 R8105 - EPI 8 X 10 DITCH BOX
590 11969 8106 - 6 X 16 DITCH BOX
590 11970 8107 - AGL 8 X 16 DITCH BOX
590 11971 R8108 - EPI 4 X 20 DITCH BOX
590 11972 STACK R8109 - 4X20X4"" DITCH BOX
590 11973 STACK R8110 - 4X20X4'n' DITCH BOX
590 11974 8111 - EPI 6 X 20 DITCH BOX
590 11975 R8112 - 10 X 10 DITCH BOX
590 11976 R8113 - 6 X 20 DITCH BOX
590 11977 R8114 - 8 X 20 DITCH BOX
590 11978 R8115 - 8 X 10 DITCH BOX
590 11979 R8116 - 8 X 24 DITCH BOX
~ 11980 R8117 - 8 X 20 DITCH BOX
11981 R8118 - 8 X 24 DITCH BOX
11982 R8119 - 8 X 24 DITCH BOX
590 11983 R8120 - 8 X 24 DITCH BOX
590 11984 R8121-8X24DITCHBOX
Dossier Maintenance Software UDROOOOOOI41-070130
Parsons Contruction Group
User Defined Report Page 150f61
Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern .
Category Series Unit # Make Model Description
590 11985 8122 - 8 X 24 DITCH BOX
590 11986 R8123 - 8 X 16 DITCH BOX
590 11987 R8124 - 6 X 16 DITCH BOX
590 11988 8126 -7'8"" X 24 DITCH BOX
590 11989 8127 - 6 X 10 DITCH BOX
590 11990 8128 - 4 X 24 DITCH BOX
590 11991 8129 - 8 X 20 DITCH BOX
590 11992 R8130 - 12' ARCH
590 11993 R8131 - 12' ARCH
590 11994 R8132 - 12' ARCH
590 11995 8134 - 12' ARCH
590 11996 R8135 - 8 X 16 DITCH BOX
590 11997 R8136 - 4 X 24 DITCH BOX
590 11998 R8137 - 8 X 16 DITCH BOX
590 11999 R8138 - 8 X 24 DITCH BOX
590 12000 R8139 - 8 X 16 DITCH BOX
590 12001 R8140 - 8 X 20 DITCH BOX
590 12002 R8141 - 8 X 10 DITCH BOX
590 12003 R8142 - 8 X 10 DITCH BOX
590 12004 R8143 - 8 X 24 DITCH BOX
590 12005 R8144 - 8 X 10 DITCH BOX
590 12006 R8145 - 10 X 10 DITCH BOX
590 12007 R8146 - 8 X 10 DITCH BOX
590 12008 8147 - 8 X 10 DITCH BOX
590 12009 8148 - 8 X 10 DITCH BOX
590 12010 R8149 - 8 X 10 DITCH BOX .
590 12011 R8150 - 8 X 10 DITCH BOX
590 12012 R8151 - 8 X 10 DITCH BOX
590 12013 R8152 - 8 X 10 DITCH BOX
590 12014 R8153 - 8 X 10 DITCH BOX
590 12015 R8154 - 8 X 10 DITCH BOX
590 12016 R8155 - 10X24X6"" DITCH BOX
590 12017 R8156 - 8 X 16 DITCH BOX
590 12018 R8157 - 8 X 20 DITCH BOX
590 12019 R8158 - 8 X 10 DITCH BOX
590 12020 R8159 - 8 X 10 DITCH BOX
590 12021 R8160 - 6 X 20 DITCH BOX
590 12022 R8161 - 10 X 20 DITCH BOX
590 12023 R8162 - 8 X 16 DITCH BOX
590 12024 R8163 - 8 X 16 DITCH BOX
590 12025 R8164 - 8 X 10 DITCH BOX
590 12026 R8165 - 4 X 24 DITCH BOX
590 12027 R8166 - 8 X 16 DITCH BOX
590 12028 8167 - 8 X24 DITCH BOX
590 12029 R8168 - 4 X 20 DITCH BOX
590 12030 R8169 - 4 X 24 DITCH BOX
590 12031 APS-66 R8170 - 6 X 6 DITCH BOX
590 12032 APS-68 R8171 - 6 X 8 DITCH BOX
590 12033 ARCH 8172 - 6' ARCH SPREADER
590 12034 ARCH 8173 - 6' ARCH SPREADER
590 12035 ARCH 8174 - 6' ARCH SPREADER
590 12036 ARCH 8175 - 6' ARCH SPREADER
590 12037 GME R8176 - GME 7 X 10 DITCH BOX
590 12038 GME SOLD 8177 - GME 7 X 10 DITCH BOX .
590 12039 R8178-10X 10 DITCH BOX
590 12040 R8179 - 10 X 10 DITCH BOX
590 12041 R8180-10X 10 DITCH BOX
590 12042 R8181 - 10 X 10 DITCH BOX
DossIer Mamtenance Software lnDROOOOOO141-070130
Parsons Contruc/ion Group
User Defined Report
Units Report: Unit List
etegory Series
Unit #
Page' 160f61
Date 01/30/07 at 1 27 PM Eastern
Make
Model
Description
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
~~
~O
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
~~
.0
590
590
12043
12044
12045
12046
12047
12048
12049
12050
12051
12052
12053
12054
12055
12056
12057
12058
12059
12060
12061
12062
12063
12064
12065
12066
12067
12068
12069
12070
12071
12072
12073
12074
12075
12076
12077
12078
12079
12080
12081
12082
12083
12084
12085
12086
12087
12088
12089
12090
12091
12092
12093
12094
12095
12096
12097
12098
12099
121 00
ARCH
R8182 - 10 X 10 DITCH BOX
R8183 - 10 X 10 DITCH BOX
R8184 - 10 X 10 DITCH BOX
R8185 -lOX 10 DITCH BOX
R8186 - 8 X 12 DITCH BOX
R8187 - 8 X 12 DITCH BOX
R8188 - 4 X 16 DITCH BOX
R8189 - 8 X 20 DITCH BOX
8190 - 8 X 24 DITCH BOX
8191 - SPEED SHORE - HYD 88EXT
R8192 - 4 X 20 DITCH BOX
R8193 - 12' ARCH SPREADER
8194 - 8 X 24 DITCH BOX
8195 - 8 X 24 DITCH BOX
8196 - 8 X 24 DITCH BOX
8197 - 8 X 24 DITCH BOX
8198 - 8 X 12 DITCH BOX
8199 - 8 X 12 DITCH BOX
R8200 - 10 X 10 DITCH BOX
R8201 - 10 X 10 DITCH BOX
R8202 - 10 X 10 DITCH BOX
R8203 - 10 X 10 DITCH BOX
R8204 - lOX 10 DITCH BOX
R8205 - 8 X 10 DITCH BOX
8206 - 8 X 24 DITCH BOX
8207 - 8 X 16 DITCH BOX
8208 - 8 X 16 DITCH BOX
8209 - 10 X 10 DITCH BOX
8210 - 10 X 10 DITCH BOX
821 I -10 X 10 DITCH BOX
8212 -10 X 10 DITCH BOX
R8213 - 10 X 10 DITCH BOX
8214 - 10 X 10 DITCH BOX
8215 - 10 X 10 DITCH BOX
R8216 - 10 X 10 DITCH BOX
R8217 - lOX 10 DITCH BOX
R8218- lOX 10 DITCH BOX
R8219 - 10 X 10 DITCH BOX
R8220 - lOX 10 DITCH BOX
8221 -10 X 10 DITCH BOX
R8222 - lOX 10 DITCH BOX
R8223 - lOX 10 DITCH BOX
R8224 - lOX 10 DITCH BOX
R8225 - lOX 10 DITCH BOX
R8226 - lOX 10 DITCH BOX
R8227 - lOX 10 DITCH BOX
R8228 - lOX 10 DITCH BOX
R8229 - 10 X 10 DITCH BOX
R8230 - lOX 10 DITCH BOX
R8231 - 10 X 10 DITCH BOX
R8232 - 4 X 10 DITCH BOX
R8233 - 4 X 10 DITCH BOX
R8234 - 4 X 10 DITCH BOX
R8235 - 4 X 10 DITCH BOX
R8236 - 8 X 14 DITCH BOX
R8237 - 4 X 14 DITCH BOX
R8238 - 4 X 10 DITCH BOX
R8239 - 4 X 10 DITCH BOX
Dosster Mamtenance Software
UDR000000141-070130
Parsons Contruction Group
User Defined Report Page. 17 of 61
Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern .-
Category Series Unit # Make Model Description
590 12101 R8241 - 8X24X6'"' DITCH BOX
590 12102 R8242 - 10X24 DITCH BOX
590 12103 8XIO R8243 - 8XI0X5'"' END PANEL
590 12104 8X16 R8244 - 8XI6X5"" END PANEL
590 12105 R8246 - 8X20X6'"' DITCH BOX
590 12106 R8247 - 10XI0X4'"1 DITCH BOX
590 12107 8X14 R8248 - 8XI4X5"" END PANEL
590 12108 8X14 R8249 - 8XI4X5"" END PANEL
590 12109 R8250 - 8X17 END PANEL
590 12110 R8251 - 8X17 END PANEL
590 12111 R8252 - 8X17 END PANEL
590 12112 R8253 - 8X17 END PANEL
590 12113 R8254 - 8X20 END PANEL
590 12114 R8255 - 8X20 END PANEL
590 12115 R8256 - 8X20 END PANEL
590 12116 R8257 - 4XI0X4'"' DITCH BOX
590 12117 410SW4 R8258 - 4XIOX4"" DITCH BOX
590 12118 41ODW4 R8259 - 4XI0 DITCH BOX
590 12119 610TL4 R8260 - 6XI0X4"" DITCH BOX
590 12120 610TL4 R8261 - 6XIOX4'"' DITCH BOX
590 12121 APS-68 R8262 - 6X8 DITCH BOX
590 12122 416DW4 R8263 - 4X16 DITCH BOX
590 12123 R8264 - 8X20X4'"' DITCH BOX
590 12124 GME 8124 8265 - 8X12X4 GME DITCH BOX
590 12125 MHS412SW R8266 - 4X12 DITCH BOX
590 12126 MHS412SW R8267 - 4X12 DITCH BOX .
590 12127 MHS812DW R8268 - 8X12 DITCH BOX
590 12128 MHS812DW R8269 - 8X12 DITCH BOX
590 12129 MHS812DWKE R8270 - 8X12 DITCH BOX
590 12130 MHS812DWKE R8271 - 8X12 DITCH BOX
590 12162 8DB? - 8 EFFIC BOXES
590 12247 9DB? - 9 EFFIC BOXES
590 12248 DB88 - EFFIC. BOX 8 X 8 MHXLD
590 12249 SH88 - STEEL SHEET 8X8
590 12250 SH99 - SHEET 9X9
590 12314 .34.- - GRAVEL SKIFF (UNSPFD SIZE)
590 12315 .34.1 - GRAVEL SKIFF (UNSPFD SIZE)
590 12316 34.2 - GRAVEL SKIFF (16' X 6' X 4')
590 12317 34.3 - GRAVEL SKIFF (UNSPFD SIZE)
590 12318 34.4 - GRAVEL SKIFF (UNSPFD SIZE)
590 12319 .34.5 - GRAVEL SKIFF (UNSPFD SIZE)
590 12320 .346 - GRAVEL SKIFF (5' X 14')
590 12321 .347 - GRAVEL SKIFF GME (7.5 YD)
590 12322 34.8 - GRAVEL SKIFF (14'X61""X48"")
590 12323 .34.9 - GRAVEL SKIFF (RCI MADE)
590 12504 10DB? - 10 EFFIC. BOXES (SIZE UNID'D)
590 12577 2DB88 - 2 EFFIe. BOXES 8 X 8
590 12578 2SH78 - 2 STEEL SHEETS 7 X 8
590 12579 2SH88 - 2 STEEL SHEETS 8 X 8
590 12580 2SH99 - 2 SHEETS 9X9
590 12774 3DB88 - 3 EFFIC. BOXES 8 X 8
590 12775 3SH78 - 3 STEEL SHEETS 7 X 8
590 12776 3SH88 - 3 STEEL SHEETS 8 X 8
590 12784 4DB88 - 4 EFFIC. BOXES 8 X 8 .
590 12785 4SH78 - 4 STEEL SHEETS 7 X 8
590 12786 4SH88 - 4 STEEL SHEETS 8 X 8
590 12793 5DB88 - 5 EFFIC. BOXES 8 X 8
590 12794 5SH78 - 5 STEEL SHEETS 7 X 8
Dossier MlIlntenance Software lnDROOOOOO141-070130
Parsons Contruction Group
User Defined Report
Units Report: Unit List
etegory Series Unit #
Page 180f61
Date' 01/30/07 at I 27 PM Eastern
Make
Model
Description
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
tt
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
,390
.
590
590
12795
12816
12845
12846
12847
12848
12849
12850
12851
12852
12853
12854
12855
12856
12857
12858
12859
12860
12861
12862
12863
12864
12865
12866
12867
12868
12869
12870
12871
12872
12887
12888
12889
12890
12892
12893
12894
12895
12896
12897
12898
12899
12900
12901
12902
12903
12904
12905
12906
12907
12908
12909
12910
12911
12977
12978
12979
12980
5SH88 - 5 STEEL SHEETS 8 X 8
6DB88 - 6 EFFIC. BOXES 8 X 8
7DB88 - 7 EFFIC. BOXES 8 X 8
8124A - 6 X 16 DITCH BOX
8DB88 - 8 EFFIC. BOXES 8 X 8
9DB88 - 9 EFFIC. BOXES 8 X 8
DB410 - EFFIC. BOX 4 X 10
DB416 - EFFIC. BOX 4 X 16
DB420 - EFFIC. BOX 4 X 20
DB424 - 4 X 24 DITCH BOX
DB610 - 6XIO DITCH BOX
DB616 - EFFIe. BOX 6 X 16
DB620 - EFFIC BOX 6 X 20
DB624 - EFFIC. BOX 6 X 24
DB810 - EFFIC. BOX 8 X 10 MHXLD
DB816 - EFFIC. BOX 8 X 16 XLD
DB820 - EFFIC. BOX 8 X 20 XLD
DB824 - EFFIC BOX 8 X 24 WI 8"" WALL
DB827 - EFFIC. BOX 8 X 27 HT8
SH424 - 4 X 24 SHEET
SH615 - STEEL SHEET 6 X IS
SH620 - STEEL SHEET 6 X 20
SH710 - STEEL SHEET 7XIO
SH810 - STEEL SHEET 8 X 10
SH812 - STEEL SHEET 8 X 12
SH813 - STEEL SHEET 8 X 13
SH815 - STEEL SHEET 8 X IS
SH816 - STEEL SHEET 8 X 16
SH820 - STEEL SHEET 8 X 20
SH825 - STEEL SHEET 8X25
34 II - GRAVEL SKIIF (UNSPEC SIZE)
IODB88 - 10 EFFIC. BOXES 8 X 8
IOSH78 - 10 STEEL SHEETS 7 X 8
IOSH88 - 10 STEEL SHEETS 8 X 8
2DB410 - 2 EFFIC BOXES 4XIO
2DB416 - 2 EFFIC. BOXES 4 X 16
2DB420 - 2 EFFIC. BOXES 4 X 20
2DB424 - 2 DITCH BOXES 4 X24
2DB620 - 2 EFFIC BOXES 6 X 20
2DB810 - 2 EFFIC. BOXES 8 X 10
2DB816 - 2 EFFIC. BOXES 8 X 16
2DB820 - 2 EFFIC BOXES 8 X 20
2DB824 - 2 EFFIC BOXES 8 X 24
2DB827 - 2 EFFIC. BOXES 8 X 27
2SH420 - 2 STEEL SHEETS 4X20
2SH615 - 2 STEEL SHEETS 6 X 15
2SH710 - 2 STEEL SHEETS 7 X 10
2SH810 - 2 STEEL SHEETS 8 X 10
2SH812 - 2 STEEL SHEETS 8 X 12
2SH813 - 2 STEEL SHEETS 8 X 13
2SH815 - 2 STEEL SHEETS 8 X 15
2SH816 - 2 STEEL SHEETS 8 X 16
2SH820 - 2 STEEL SHEETS 8 X 20
2SH825 - 2 STEEL SHEETS 8 X 25
3DB416 - 3 EFFIC. BOXES 4 X 16
3DB420 - 3 EFFIC BOXES 4 X 20
3DB424 - 3 DITCH BOXES 4X24
3DB620 - 3 EFFIC. BOXES 6 X 20
Dossier Mamtenance Software
lnDR000000141-070130
Parsons Contruction Group
User Defined Report Page. 190f61
Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern
Category Series Unit # Make Model Description .-
590 12981 3DB810 - 3 EFFIC. BOXES 8 X 10
590 12982 3DB816 - 3 EFFIC. BOXES 8 X 16
590 12983 3DB820 - 3 EFFIC. BOXES 8 X 20
590 12984 3DB824 - 3 EFFIC BOXES 8 X 24
590 12985 3DB827 - 3 EFFIC. BOXES 8 X 27
590 12986 3SH420 - 3 SHEETS 4X20
590 12987 3SH615 - 3 STEEL SHEETS 6 X 15
590 12988 3SH710 - 3 STEEL SHEETS 7 X 10
590 12989 3SH810 - 3 STEEL SHEETS 8 X 10
590 12990 3SH812 - 3 STEEL SHEETS 8 X 12
590 12991 3SH813 - 3 STEEL SHEETS 8 X 13
590 12992 3SH815 - 3 STEEL SHEETS 8 X 15
590 12993 3SH816 - 3 STEEL SHEETS 8 X 16
590 12994 3SH820 - 3 STEEL SHEETS 8 X 20
590 12995 3SH825 - 3 STEEL SHEETS 8X25
590 12996 4DB416 - 4 EFFIC. BOXES 4 X 16
590 12997 4DB420 - 4 EFFIC. BOXES 4 X 20
590 12998 4DB424 - 4 DITCH BOXES 4 X24
590 12999 4DB620 - 4 EFFIC. BOXES 6 X 20
590 13000 4DB810 - 4 EFFIC BOXES 8 X 10
590 13001 4DB816 - 4 EFFIC. BOXES 8 X 16
590 13002 4DB820 - 4 EFFIC. BOXES 8 X 20
590 13003 4DB824 - 4 EFFIC. BOXES 8 X 24
590 13004 4DB827 - 4 EFFIC. BOXES 8 X 27
590 13005 4SH420 - 4 SHEETS 4X20
590 13006 4SH615 - 4 STEEL SHEETS 6 X 15 \.
590 13007 4SH710 - 4 STEEL SHEETS 7 X 10
590 13008 4SH810 - 4 STEEL SHEETS 8 X 10
590 13009 4SH812 - 4 STEEL SHEETS 8 X 12
590 13010 4SH813 - 4 STEEL SHEETS 8 X 13
590 13011 4SH815 - 3 STEEL SHEETS 8 X 15
590 13012 4SH816 - 4 STEEL SHEETS 8 X 16
590 13013 4SH820 - 4 STEEL SHEETS 8 X 20
590 13014 4SH825 - 4 STEEL SHEETS 8X25
590 13015 5DB416 - 5 EFFIC. BOXES 4 X 16
590 13016 5DB420 - 5 EFFIe. BOXES 4 X 20
590 13017 5DB424 - 5 DITCH BOXES 4X24
590 13018 5DB620 - 5 EFFIC. BOXES 6 X 20
590 13019 5DB810 - 5 EFFIC. BOXES 8 X 10
590 13020 5DB816 - 5 EFFIe. BOXES 8 X 16
590 13021 5DB820 - 5 EFFIC BOXES 8 X 20
590 13022 5DB824 - 5 EFFIe. BOXES 8 X 24
590 13023 5DB827 - 5 EFFIC. BOXES 8 X 27
590 13024 5SH420 - 5 SHEETS 4X20
590 13025 5SH615 - 5 STEEL SHEETS 6 X 15
590 13026 5SH710 - 5 STEEL SHEETS 7 X 10
590 13027 5SH810 - 5 STEEL SHEETS 8 X 10
590 13028 5SH812 - 5 STEEL SHEETS 8 X 12
590 13029 5SH813 - 5 STEEL SHEETS 8 X 13
590 13030 5SH815 - 5 STEEL SHEETS 8 X 15
590 13031 5SH816 - 5 STEEL SHEETS 8 X 16
590 13032 5SH820 - 5 STEEL SHEETS 8 X 20
590 13033 5SH825 - 5 STEEL SHEETS 8 X 25
590 13034 6DB416 - 6 EFFIC. BOXES 4 X 16 .
590 13035 6DB420 - 6 EFFIC. BOXES 4 X 20
590 13036 6DB620 - 6 EFFIC. BOXES 6 X 20
590 13037 6DB810 - 6 EFFIC. BOXES 8 X 10
590 13038 6DB816 - 6 EFFIC. BOXES 8 X 16
Dossier Maintenance Software UDROOOOOO 141-070130
Parsons Contruction Group
User Defined Report
Units Report: Unit List
.tegory Series
Page 200f61
Date 01/30/07 at 127 PM Eastern
Unit #
Make
Model
Description
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
.59~
90
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
590
,590
.~
590
590
13039
13040
13041
13042
13043
13044
13045
13046
13047
13048
13049
13050
13051
13052
13053
13054
13055
13056
13057
13058
13059
13060
13061
13062
13063
13064
13065
13066
13067
13068
13069
13070
1307l
13072
13073
13074
13075
13076
13077
13078
13079
13080
13081
13082
13083
13084
13085
13086
13087
13088
13089
13090
13091
13092
13093
13094
13095
13096
6DB820 - 6 EFFIC. BOXES 8 X 20
6DB824 - 6 EFFIC. BOXES 8 X 24
6SH420 - 6 SHEETS 4X20
6SH615 - 6 STEEL SHEETS 6 X 15
6SH710 - 6 STEEL SHEETS 7 X 10
6SH810 - 6 STEEL SHEETS 8 X 10
6SH812 - 6 STEEL SHEETS 8 X 12
6SH813 - 6 STEEL SHEETS 8 X 13
6SH815 - 6 STEEL SHEETS 8 X 15
6SH816 - 6 STEEL SHEETS 8 X 16
6SH820 - 6 STEEL SHEETS 8 X 20
6SH825 - 6 STEEL SHEETS 8 X 25
7DB416 - 7 EFFIe. BOXES 4 X 16
7DB420 - 7 EFFIe. BOXES 4 X 20
7DB620 - 7 EFFIC BOXES 6 X 20
7DB810 -7 EFFIC. BOXES 8 X 10
7DB816 -7 EFFIC BOXES 8 X 16
7DB820 - 7 EFFIC. BOXES 8 X 20
7DB824 - 7 EFFIC BOXES 8 X 24
7SH420 - 7 SHEETS 4X20
7SH615 -7 STEEL SHEETS 6 X 15
7SH71O -7 STEEL SHEETS 7 X 10
7SH810 -7 STEEL SHEETS 8 X 10
7SH812 -7 STEEL SHEETS 8 X 12
7SH813 -7 STEEL SHEETS 8 X 13
7SH815 -7 STEEL SHEETS 8 X 15
7SH816 - 7 STEEL SHEETS 8 X 16
7SH820 - 7 STEEL SHEETS 8 X 20
7SH825 - 7 STEEL SHEETS 8 X 25
8DB416 - 8 EFFIe. BOXES 4 X 16
8DB420 - 8 EFFIC. BOXES 4 X 20
8DB620 - 8 EFFIe. BOXES 6 X 20
8DB810 - 8 EFFIC. BOXES 8 X 10
8DB816 - 8 EFFIC BOXES 8 X 16
8DB820 - 8 EFFIC BOXES 8 X 20
8DB824 - 8 EFFIC BOXES 8 X 24
8DB827 - 8 EFFIC. BOXES 8 X 27
8SH420 - 8 SHEETS 4X20
8SH615 - 8 STEEL SHEETS 6 X 15
8SH710 - 8 STEEL SHEETS 7 X 10
8SH810 - 8 STEEL SHEETS 8 X 10
8SH812 - 8 STEEL SHEETS 8 X 12
8SH813 - 8 STEEL SHEETS 8 X 13
8SH815 - 8 STEEL SHEETS 8 X 15
8SH816 - 8 STEEL SHEETS 8 X 16
8SH820 - 8 STEEL SHEETS 8 X 20
8SH825 - 8 STEEL SHEETS 8 X 25
9DB416 - 9 EFFIC BOXES 4 X 16
9DB420 - 9 EFFIC BOXES 4 X 20
9DB620 - 9 EFFIC. BOXES 6 X 20
9DB81O - 9 EFFIe. BOXES 8 X 10
9DB816 - 9 EFFIC. BOXES 8 X 16
9DB820 - 9 EFFIC. BOXES 8 X 20
9DB824 - 9 EFFIC. BOXES 8 X 24
9DB827 - 9 EFFIC BOXES 8 X 27
, 9SH420 - 9 SHEETS 4X20
9SH615 - 9 STEEL SHEETS 6 X 15
9SH71O - 9 STEEL SHEETS 7 X 10
Dossier Mamtenance Software
UDROOOOOO 141-070 130
Parsons Contruction Group
User Defined Report Page 21 of 61
Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern
Category Series Unit# Make Model Description .-
590 13097 9SH81O - 9 STEEL SHEETS 8 XI0
590 13098 9SH812 - 9 STEEL SHEETS 8 X 12
590 13099 9SH813 - 9 STEEL SHEETS 8 X 13
590 13100 9SH815 - 9 STEEL SHEETS 8 X 15
590 13101 9SH816 - 9 STEEL SHEET 8 X 16
590 13102 9SH820 - 9 STEEL SHEETS 8 X 20
590 13103 9SH825 - 9 STEEL SHEETS 8 X 25
590 13104 DBI0I0 - 10X1O DITCH BOX
590 13105 DBI016 - TRENCH BOX 10X16
590 13106 DB 1 020 - EFFIC. BOX lOX 20
590 13107 DB 1 024 - EFFIC. BOX lOX 24
590 13108 DB 1 027 - EFFIC. BOX lOX 27 HT8F
590 13109 DB2040 - EFFIC. BOX 20 X 40
590 13110 SHI0I0 - STEEL SHEET 10 X 10
590 13113 10DB416 - 10 EFFIC. BOXES 4 X 16
590 13114 10DB420 - 10 EFFIC. BOXES 4 X 20
590 13115 10DB620 - 10 EFFIC BOXES 6 X 20
590 13116 10DB81O - 10 EFFIC. BOXES 8 X 10
590 13117 IODB816 - 10 EFFIe. BOXES 8 X 16
590 13118 10DB820 - 10 EFFIC BOXES 8 X 20
590 13119 10DB824 - 10 EFFIC. BOXES 8 X 24
590 13120 10DB827 - 10 EFFIC. BOXES 8 X 27
590 13121 10SH420 - 10 STEEL SHEETS 4 X 20
590 13122 1 OSH615 - 10 STEEL SHEETS 6 X 15
590 13123 10SH71O - 10 STEEL SHEETS 7 X 10
590 13124 1 OSH81O - 10 STEEL SHEETS 8 X 10 .
590 13125 IOSH812 - 10 STEEL SHEETS 8 X 12
590 13126 10SH813 - 10 STEEL SHEETS 8 X 13
590 13127 10SH815 -10 STEEL SHEETS 8 X 15
590 13128 10SH820 - 10 STEEL SHEETS 8 X 20
590 13129 10SH825 - 10 STEEL SHEETS 8 X 25
590 13130 2DBI010 - 2 EFFIC BOXES 10 X 10
590 13131 2DB 1 020 - 2 EFFIe. BOXES lOX 20
590 13132 2DB1024 - 2 EFFIC BOXES 10 X 24
590 13133 2DBI027 - 2 EFFIC BOXES 10 X 27
590 13134 2DB2040 - 2 EFFIC. BOXES 20 X 40
590 13135 2SHI01O - 2 STEEL SHEETS 10 X 10
590 13136 2SHI020 - 2 SHEETS 10X20
590 13137 3DBI01O - 3 EFFIC. BOXES 10 X 10
590 13138 3DBI020-3EFFIC BOXES 10X20
590 13139 3DBI024 - 3 EFFIC BOXES 10 X 24
590 13140 3DBI027 - 3 EFFIC. BOXES 10 X 27
590 13141 3DB2040 - 3 EFFIC BOXES 20 X 40
590 13142 3SHI0I0 - 3 STEEL SHEETS 10 X 10
590 13143 3SHI020 - 3 SHEETS 10 X 20
590 13144 4DB1010 -4 EFFIC. BOXES 10 X 10
590 13145 4DB 1020 - 4 EFFIC BOXES lOX 20
590 13146 4DB 1024 - 4 EFFIC. BOXES lOX 24
590 13147 4DB 1027 - 4 EFFIe. BOXES lOX 27
590 13148 4DB2040 - 4 EFFIC BOXES 20 X 40
590 13149 4SH1010 - 4 STEEL SHEETS 10 X 10
590 13150 5DBI01O - 5 EFFIe. BOXES 10 X 10
590 13151 5DB1020 - 5 EFFIC. BOXES 10 X 20
590 13152 5DB 1024 - 5 EFFIC. BOXES lOX 24 .
590 13153 5DB1027 - 5 EFFIC. BOXES 10 X 27
590 13154 5DB2040 - 5 EFFIC. BOXES 20 X 40
590 13155 5SH1010 - 5 STEEL SHEETS 10 X 10
590 13156 6DB 1010 - 6 EFFIC BOXES 10 X 10
Dossier Maintenance Software UDROOOOOO 141-070130
Parsons Con/ruc/ion Group
User Defined Report Page 220f61
Units Report: Unit List Date 01/30107 at I 27 PM Eastern
etegory Series Unit # Make Model Description
590 13157 6DBIOl6 - 6 EFFIC. BOXES 10 X 16
590 13158 6DB I 020 - 6 EFFIC. BOXES lOX 20
590 13159 6DB I 024 - 6 EFFIC. BOXES lOX 24
590 13160 6DBI027 - 6 EFFIC. BOXES 10 X 27
590 13161 6DB2040 - 6 EFFIC. BOXES 20 X 40
590 13162 6SHIOIO - 6 STEEL SHEETS 10 X 10
590 13163 7OBIOIO-7EFFIC.BOXES lOX 10
590 13164 7OBIOl6 -7 EFFIC. BOXES 10 X 16
590 13165 70B I 020 - 7 EFFIC. BOXES lOX 20
590 13166 70B I 024 - 7 EFFIC. BOXES lOX 24
590 13167 7DBI027 -7 EFFIC. BOXES 10 X 27
590 13168 7OB2040 - 7 EFFIC. BOXES 20 X 40
590 13169 7SHIOIO -7 STEEL SHEETS 10 X 10
590 13173 8DBIOIO - 8 EFFIC. BOXES 10 X 10
590 13174 8DBIOl6 - 8 EFFIe. BOXES 10 X 16
590 13175 8DB I 020 - 8 EFFIC BOXES lOX 20
590 13176 8DBI024 - 8 EFFIC BOXES 10 X 24
590 13177 8DBI027 - 8 EFFIe. BOXES 10 X 27
590 13178 8DB2040 - 8 EFFIC. BOXES 20 X 40
590 13179 8SHIOIO - 8 STEEL SHEETS 10 X 10
590 13180 9DBIOIO-9EFFIC BOXES lOX 10
590 13181 9DBIOI6-9EFFIC BOXES lOX 16
590 13182 9DBI020 - 9 EFFIC BOXES 10 X 20
590 13185 9DB2040 - 9 EFFIC. BOXES 20 X 40
590 13189 I ODB 1024 - 10 EFFIC BOXES 10 X 24
fJ 13191 IODB2040 - 10 EFFIC. BOXES 20 X 40
590.110 10136 8143E - 8 X 24 DITCH BOX
590.110 10190 YOOI - 10X24X6"" DITCH BOX
590 590110 11105 2DB? - 2 EFFIC BOXES (SIZE UNID'D)
590 590.110 11265 3DB? - 3 EFFIC BOXES (SIZES UNID'D)
590 590.110 11312 4DB? - 4 EFFIC BOXES (SIZE UNID'D)
590 590.110 11406 5DB? - 5 EFFIC BOXES (SIZE UNID'D)
590 590.11 0 11441 6DB? - 6 EFFIe. BOXES
590 590.110 13183 9DB 1024 - 9 EFFIC BOXES lOX 24
590 590.110 13184 9DBI027 - 9 EFFIC BOXES 10 X 27
590 590.110 13187 10DBIOIO - 10 EFFIC. BOXES 10 X 10
590 590.110 13188 IODBI020 - 10 EFFIC. BOXES 10 X 20
590 590.110 13190 IODBI027 - 10 EFFIC. BOXES 10 X 27
590 590.120 10191 002 - IOX24X6'''' DITCH BOX
590 590 120 10192 003 - IOX24X6"" DITCH BOX
610 10068 BS2052 I 38E - 2"" SUB PUMP
610 10069 BS2052 1.39E - 2'''' SUB PUMP
610 10070 BS2052 1.40E - 2'''' SUB PUMP
610 10071 BS2102 1.41E - 3"" SUB PUMP
610 10072 BS2102 1.42E - 3"" SUB PUMP
610 10073 BS2102 I 43E - 3"" SUB PUMP
610 10074 BS2102 I 44E - 3' SUB PUMP
610 10092 CAT V50C 1I05E - CAT V50C FORKLIFT
610 10093 CEC M-40 1124E - CEC PUGMILL M-40 WI BELT SCALE
610 10094 GRIZZLEY 1130E - GRIZZLEY 12XI2 RCI MFG
610 10095 R1133E - WATER TOWER 12000 GAL
610 10097 GROVE RT875 1515E-GROVECRANE RT875 (HAWAII)
610 10104 CAT TH83 RI763E - CAT TH83 FORKLIFT
. 10105 CAT TH83 RI765E - CAT TH83 FORKLIFT
~ 0 10106 CAT VI20 1767E - CAT VI20 FORKLIFT
10 108 HIISF3000 20.8E - PRESSURE WASHER 3000 PSI
610 10109 KOM PC650-2-3 20 I OE - 48"" BUCKET FOR KOMATSU PC650
610 10110 HONDA HNQ-F501K2 21.1E -HONDA WALK BEHIND TILLER
DOSSIer Mamtenance Software UDROOOOOOI41-070130
Parsons ContructlOn Group
User Defined Report Page 230f61
Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern .
Category
Series Unit # Make Model Description
610 10111 M52-50G 23.5E - RETREV AL SYSTEM
610 10112 DCA70SSm 3.83E - 70KW GEN SET
610 10113 HOMELITE CG5800 3.84E - HOMELITE GENERATOR
610 10114 DCA70SSm 3.90E - 70KW GENERATOR
610 lOllS HITACHI CENTRAL FA 3020E - 62"" BUCKET FOR HITACHI
610 10116 HITACHI 3021 E - 42"" BUCKET FOR HITACHI
610 10117 32.5E - HAMMER FOR PC300
610 10118 I 118 YD 5009E - 36"" BUCKET WITH RIPPERS
610 10119 5010E -72"" MUCKING BUCKET
610 10120 STIHL TS400 7.12E - STIHL CUT-OFF SAW
610 10121 TS400 7 23E - CUT -OFF SAW /RI090
610 10122 TS760 7.87E - CUT -OFF SAW
610 10135 036 8AOE - CHAIN SA W/RI090
610 10158 CASE .1007E - 24"" BUCKET FOR 580 CASE
610 10159 MQP30lTH 1.124E - MULTI-QUIP 30lTH 3"" PUMP
610 10163 BS2102 12 13E - 8HP SUBM PUMP
610 10164 BS2102 12.14E - 8HP SUBM PUMP
610 10165 BS2102 12.l5E - 8HP SUBM PUMP
610 10166 285 19.IIE - I"" AIR GUN I MARK H.
610 10167 580.76805 20.12E - PRESSURE WASHER 3000 PSI
610 10168 PE4013HW 20.13E - PRESSURE WASHER 400 PSI
610 10169 25 10E - DUST MONITOR (LEE RICE)
610 10170 30.14E - 18'"1 CUTTING WHEEL
610 10171 30.18E - RCI MADE
610 10172 30.19E - RCI MADE
610 10173 48"" 30 23E - FORKS FOR 624G .
610 10174 JD 30.24E - QUICK COUPLER FOR 790D JD
610 10175 30.30E - FORKS FOR 580 CASE 42'111
610 10176 OKB318 30A3E - HYD BREAKER WI AUTO GREASER
610 10177 CAT MP20 30 58E - CAT HYDRAULIC SHEAR
610 10178 AZ480 30.67E - ASPHALT ZIPPER ON TRL R9128
610 10179 HITACHI 3021TE - THUMB FOR HITACHI BUCKET
610 10180 CI0067 7 106E - TARGET WALK BEHIND SAW
610 10181 130252 o 1 - 3/4"" TEST PUMP
610 10182 130252 02 - 3/4"" TEST PUMP
610 10183 HYPRO 0.3 - 3/4'''' TEST PUMP
610 10184 004 - TEST PUMP
610 10185 0.5 - 314"" TEST PUMP
610 10186 20FD-B32 0.6 - TEST PUMP
610 10187 BB-Y 0.7 - TEST PUMP
610 10188 o 8 - 3/4"" TEST PUMP
610 10189 BB4-FP 0.9 - TEST PUMP
610 10193 30lTA 1.1 - 3"" CENTRIFUGAL PUMP
610 10194 BS2102 1.2 - 4"" SUB PUMP
610 10195 BS2125 I 3 - 4'111 SUB PUMP
610 10196 lIlDP3 SOLD 1.6 - 3"" DIAPHRAM TRASH PUMP
610 10197 EY250 1.8 - 3"" TRASH PUMP
610 10198 30lTA 1.9 - CENTRIFUGAL TRASH PUMP
610 10242 MQD305R 22 - 3"" DIAPHRAM PUMP
610 10243 2.3 - DIAPHRAM PUMP
610 10244 2 4 - 3' CENTRIFUGAL PUMP
610 10245 2 5 - DIAPHRAM PUMP
610 10246 305R SOLD 2.6 - DIAPHRAM PUMP
610 10247 305R 2.7 - 3"" DIAPHRAM PUMP .
610 10248 80 GPM 2 8 - 3"" DIAPHRAM PUMP
610 10249 M8TO- TS- TS 2.9 - 2'''' DBL DIAPHRAM PHNU. PUMP
610 10279 DCA-2555A- 3.6 - 25KV A AC GENERATOR
610 10280 QD60-C240 3.7 - 25KVAAC GENERATOR
Dossier Maintenance Software UDROOOOOO 141-070 130
Parsons Contruction Group
User Defined Report Page' 24 of 61
Units Report: Unit List Dale 01/30/07 at 1 :27 PM Eastern
.egory Series Unit # Make Model Description
610 10281 DCA-2555A- 3.8 - 25KV A AC GENERATOR
610 10317 4.1 - PLATE COMPACTOR 20""/26""
610 10318 MVCIIOL 4.2 - PLATE COMPACTOR 22""/20""
610 10319 4.3 - PLATE COMPACTOR
610 10320 MVL-90L 4.4 - PLATE COMPACTOR
610 10321 46 - PLATE COMPACTOR VIBRATING
610 10322 BS53Y 4.7 - VIBRATORY RAMMER
610 10323 BS53Y 4.8 - VIBRATORY RAMMER
610 10324 BS52Y 4.9 - VIBRATORY RAMMER
610 10350 250 5.2 - 12'''' BLOWER FAN (ELEc.)
610 10351 AMG/B 5.6 - BLOWER
610 10352 AMG-B 57-BLOWER
610 10353 GP8 (B&S) 5 8 - MANHOLE BLOWER
610 10354 59 - BLOWER 1151230 VOLT
610 10364 31 6 2 - SMALL JACKHAMMER (AIR)
610 10365 6.3 - 90LB JACKHAMMER
610 10366 CPI241 6.4 - PNUEMA TIC HAMMER 90LB
610 10367 6.5 - 90LB JACKHAMMER
610 10368 CPI240 6 6 - JACKHAMMER
610 10369 CII 6 7 - JACKHAMMER
610 10370 RB90 6 8 - RIVET BUSTER
610 10371 RB90 6 9 - RIVET BUSTER
610 10398 TS400 7.1 - CUT-OFF SAW
610 10399 TS400 72 - CUT-OFF SAW
610 10400 TS400 7.3 - CUT-OFF SAW
. 10401 TS400 74 - CUT-OFF SAW
10402 TS400 7.5 - CUT-OFF SAW
10403 TS400 7.6 - CUT-OFF SAW
610 10404 TS760 7.7 - CUT-OFF SAW
610 10405 TS350 7.8 - CUT-OFF SAW
610 10406 TS760 7.9 - CUT-OFF SAW (TYLER TRIPP)
610 10425 028 S 8.5 - CHAIN SAW 20""
610 10426 034 S 8 6 - CHAIN SAW 24''''
610 10427 026 8 7 - CHAIN SAW 20''''
610 10428 BR400 8 8 - CHAIN SAW
610 10429 034 8 9 - CHAIN SAW
610 10486 VERMEER CCI35 R880 - VERMEER GRINDER
610 10505 3W929A 9.4 - HYDRAULIC JACK
610 10506 HBS-916W 9 5 - BAND SAW
610 10586 I - - TRASH PUMP (UNSPCIFIED)
610 10614 !HCl30 .137 - HOEPAC FOR EX200
610 10625 2.- - DIAPHRAM PUMP (UNSPECIFIED)
610 10626 .3.- - GENERATOR SMALL <7KW (UNSPCFD)
610 10627 GRF5RZ 3.1 -
610 10628 POWERMASTE 5000 .3.2 - POWERMASTER 5KW GENERA TOR
610 10629 MUL TIQUIP EY40D .3.3 - MULTIQUIP EY40D GENTR 6KW
610 10630 MULTIQUIP GRF55R 3.4 - MULTIQUIP GRF55R GENTR 5.5KW
610 10631 ROBIN RGX 5000 3.5 - ROBIN RGX 5KW GENERATOR
610 10632 MUL TIQUIP DCA-2555A- 3.6 - MULTIQUIP DCA-2555A-I GENERATR
610 10633 MULTIQUIP QD60-C240 .3.7 - MULTI QUIP QD60-C240 GENERATOR
610 10634 MDL TIQUIP DCA-2555A- 3.8 - MULTIQUIP DCA-2555A-I GENERATR
610 10635 .4.- - PLATE COMPACTOR (UNSPECIFIED)
610 10636 5.- - BLOWER
. 10637 6.- - JACKHAMMER (UNSPECIFIED)
10638 .7.- - CUT-OFF SAW
10639 .8.- - CHAIN SAW (UNSPECIFIED)
610 10640 .9.- - CONCRETE HOLE SAW (UNSPECIFIED
610 10641 CAT 0004 - 36"" BUCKET FOR CAT 235D
DOSSier Mamtenance Software UDROOOOOO 141-070 130
Parsons Contruction Group
User Defined Report Page 25 of 61
Units Report: Unit List Date 01130/07 at 1'27 PM Eastern .
Category Series Unit # Make Model Description
610 10642 CAT 0005 - 36"" BUCKET FOR CAT 320L
610 10643 CAT 0007 - 50"" BUCKET FOR CAT 235
610 10644 CAT 0008 - 72"" BUCKET FOR CAT 235
610 10645 CAT 0010 - 36'''' BUCKET FOR CAT 320
610 10646 CAT 0011 - 36"" BUCKET FOR CAT 235
610 10647 CAT FORR315 0015 - BUCKET FOR CAT 950G
610 10648 0021 - 24'''' BUCKET FOR 416C
610 10649 CAT 0022 - 24'''' BUCKET FOR CAT 416C
610 10650 CAT 0023 - 24'''' BUCKET FOR CAT 416C
610 10651 CAT 0024 - 24"" BUCKET FOR CAT 416C
610 10652 CAT 0025 - 24'''' BUCKET FOR CAT 416C
610 10653 CAT 0026 - BUCKET FOR CAT 950G
610 10654 CAT 0027 - BUCKET FOR CAT 950G (R314)
610 10655 CAT 0028 - 3.75 BUCKET FOR CAT 950G (R316
610 10656 CAT 0031 - 48"" BUCKET FOR CAT 320CL-Rl 07
610 10657 CAT 0032 - 36"" BUCKET FOR CAT 320CL-RI07
610 10658 CAT 0033 - 18'''' BUCKET FOR CAT 420D (R426)
610 10659 CAT 0034 - 24'''' BUCKET FOR CAT 420D (R426)
610 10660 CAT 0035 - 1.31 CY BUCKET FOR CAT 420D
610 10661 CAT 416C 0036 - 12"" CAT 416C BUCKET
610 10662 0037 - 48'''' BUCKET FOR 950G (R331)
610 10663 LB2-750 1.1 0 - 2"" SUB PUMP
610 10664 KTZA7 1.11 - 4'''' SUB PUMP
610 10665 30lTA 1.12 - 3"" TRASH PUMP
610 10666 30lTA 1.13 - 3"" TRASH PUMP
610 10667 1.14 - PUMP .
610 10668 1.15 - 3"" DIA. PUMP
610 10669 IIDP3 SOLD 1 16 - 3"" DIAPHRAM PUMP
610 10670 30lTA 1.17 - 3"" TRASH PUMP
610 10671 BA2102 I 18 - 3'''' TRASH PUMP (JOE WICKS)
610 10672 BS2052 1.20 - 2"" SUB PUM (SNOQ. STEVE E.)
610 10673 BS2051 1.21 - 2'''' SUB PUMP (SNOQ)
610 10674 GP40-4X4 1.22 - TRASH PUMP
610 10675 120T83-lC 1.23 - 3"" TRASH PUMP
610 10676 VTP-4 1.24 - 4"" TRASH PUMP
610 10677 HTP3-1 1.25 - 3' TRASH PUMP
610 10678 HTP3-1 I 26 - 3"" TRASH PUMP W/ HOSE
610 10679 HTP3-1 1.27 - 3'''' TRASH PUMP
610 10680 JC5W 1.28 - 2"" SUB PUMP 1/2 HP
610 10681 BS2052 I 29 - 2"" SUB PUMP W/ CONTROL BOX
610 10682 BS2050 I 30 - 2"" SUB PUMP
610 10683 BS2102 1.31 - 3' SUB PUMP
610 10684 9-50134-03 1 32 - 3'''' SUB PUMP
610 10685 9-50134-03 1.33 - 3"" SUB PUMP
610 10686 QP301TA 1.34 - 3"" CENTRIFUGAL PUMP
610 10687 GC02 1 35 - 3' CENTRIFUGAL PUMP
610 10688 BS2050 1.36 - 2"" SUB PUMP/JOB 640
610 10689 BS2071 1.39 - 3'''' PUMP
610 10690 PT3A 1.45 - 3' PUMP
610 10691 PT3A 1.46 - 3' PUMP
610 10692 PT3A 1.47 - 3'''' PUMP
610 10693 BS2052 1.48 - 2'''' ELEC SUB PUMP/TYLER TRIPP
610 10694 BS2052 1.49 - 2'''' SUB PUMP
610 10695 BS2052 1.50 - 2' SUB PUMP .
610 10696 BS2052 151 - 2'''' SUB PUMP
610 10697 BS2052 1.52 - 2'''' SUB PUMPIRI057 ERIC JOHNSON
610 10698 BS2052 1.53 - 2"" SUB PUMP
610 10699 BS2052 1.54 - 2'''' SUB PUMP
Dossier Maintenance Software UDROOOOOO 141-070 130
Parsons Contructlon Group
User Defined Report Page. 26 of 61
Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern
.egOry Series Unit # Make Model Description
610 10700 U2050 I 55 - 2'''' SUB PUMPIRI056 PORTLAND
610 10701 BS2052 I 56 - 2"" SUB PUMP
610 10702 BS2051 1.57 - 2"" SUB PUMP
610 10703 1.58 - TEST PUMP
610 10704 BS2071 I 59 - 3"" PUMP
610 10705 BS2071 I 60 - 3'''' PUMP
610 10706 BS2071 1.61 - 3'''' PUMP
610 10707 BS2071 1.62 - 3' PUMP
610 10708 BS2071 1.63 - 3"" PUMP
610 10709 BS2071 1.64 - 3"" PUMP
610 10710 BS2071 1.65 - 3"" PUMP
610 10711 BS2071 1.66 - 3"" PUMP
610 10712 BS2071 1.67 - 3'''' PUMP
610 10713 BS2071 I 68-3'PUMP
610 10714 BS2071 1.69 - 3"" PUMP
610 10715 BS2071 1.70 - 3"" PUMP
610 10716 BS2071 1.71 - 3"" PUMP
610 10717 BS2071 1.72 - 3'''' PUMP
610 10718 BS2071 1.73 - 3'''' PUMP
610 10719 BS2071 1.74 - 3"" PUMP
610 10720 BS2071 1.75 - 3' PUMP
610 10721 BS2071 1.76 - 3'''' PUMP
610 10722 BS2071 1.77 - 3"" PUMP
610 10723 BS2071 1 78 - 3"" PUMP
610 10724 U2052 1.79 - 2"" SUB PUMP/JOB 701
~ 10725 U2052 1.80 - 2' SUB PUMP/ JOB 701
10726 BS2052 1.81 - 2' SUB PUMPIR817 MIKE P.
10727 BS2071 1.82 - 3'''' PUMP
610 10728 BS2071 I 83 - 3"" PUMP
610 10729 BS2071 184 - 3"" PUMP
610 10730 BS2071 185 - 3'''' PUMP
610 10731 BS2071 1.86 - 3"" PUMP
610 10732 BS2071 1.87 - 3"" PUMP
610 10733 BS2071 I 88 - 3'''' PUMP
610 10734 BS2071 1.89 - 3'''' PUMP
610 10735 BS2071 I 90 - 3"" PUMP
610 10736 BS2071 1.91 - 3"" PUMP
610 10737 BS2071 1.92 - 2"" PUMP
610 10738 BS2071 1.93 - 2'''' PUMP
610 10739 BS2071 I 94 - 2'''' PUMP
610 10740 BS2071 1 95 - 2' PUMP
610 10741 BS2071 1.96 - 2"" PUMP
610 10742 BS2071 1.97 - 2"" PUMP
610 10743 BS2071 1.98 - 2'''' PUMP
610 10744 BS2071 1.99 - 2' PUMP
610 10745 11224VSR 10 I - ROTO HAMMER 1.5 V AR SPEED
610 10746 11224VSR 10.2 - ROTO HAMMER 1.5 V AR SPEED
610 10747 11224VSR 10.3 - ROTO HAMMER
610 10748 11220EVS 10 4 - ROTO HAMMER I 5 V AR SPEED
610 10749 11220EVS 10.5 - ROTO HAMMER 1 5 V AR SPEED
610 10750 5368-1 10.6 - ROTO HAMMER V AR SPEED (SHOP)
610 10751 11224VSR 10 7 - ROTO HAMMER (SHOP)
610 10752 5362-1 10.8 - ROTO HAMMER
610 10757 CAT 100B - BREAKER A TTCHMNT TO CA T245
. 10758 CAT 100H - HOE-PAC ATCHMT TO CAT 245
10759 CAT lOOT - THUMB ATTACHMENT TO CAT 245
610 10776 CAT 102H - HOE-PAC ATCHMT TO CAT 320
610 10777 CAT 102T - THUMB ATCHMT TO CAT320
Dossier Mamtenance Software UDROOOOOO 141-070 130
Parsons Contruction Group
User Defined Report Page. 27 of 61
Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern .
Category Series Unit # Make Model Description
610 10792 CAT 104B - BREAKER A TCHMT TO CAT 320C
610 10831 11 1 - CONCRETE VIBRATOR
610 10832 11.2 - CONCRETE VIBRATOR
610 10833 VME2500 11.3 - CONCRETE VffiRA TOR
610 10834 TWMT MDL-B-20 1100 - TWMT MDL-B-20 FRKLFT 20000 LB.
610 10835 ESCO GPS1243 RllOI - ESCO 1.5 YD CLAM BKT/CRANE
610 10836 W ANCO SOLD Rll 02 - W ANCO ARROW BOARD
610 10837 ALLMAND ECLIPSE RII03 - ALLMAND ARROW BOARD
610 10838 MILLER BIG BLUE 4 RII04 - MILLER WELDER
610 10839 CAT V50C 1105 - CAT V50C FORKLIFT- RCIE 6/5/97
610 10840 RII06 - 10,000 GAL H20 TANK WI STAND
610 10841 RII07 - TRUCK DECONT AMINA TION RAMP
610 10842 SANDSTORM BRWB RII08 - SANDSTORM SAND BLASTER
610 10843 1110 - WASH BAY RECYCLE PLANT
610 10844 1111 - SCAFFOLDING
610 10845 PARKER 1113 - PARKER SUPER CRIMP
610 10847 R1115 - PORTA TANK - WATER
610 10848 ENERPAC 1117 - ENERPAC PORTA POWER RAM
610 10849 70 1119 - MAX 70 WELDER
610 10850 DUAL AXLE 1122 - PORTABLE PLATFORM SCALE
610 10851 8500 R 1126 - LIFT ALL BARRIER PICKER
610 10853 1130 - GRIZZLEY 12'X12' RCl MFG.
610 10854 TRH-2430 R1131 - ROME DISK
610 10855 TUTHILL SERIES 520 1132 - TUTHILL 2500 - DIESEL TANK
610 10856 TROY WATER TOWE 1133 - TROY IS0M 12,000 GAL WTR TOWER
610 10857 CLEMCO 16481 RI134 - CLEMCO 16481 SAND BLASTER .
610 10858 MILLER 400D RI135 - MILLER 400D WELDER
610 10859 LINCOLN K1422-1 1136 - LINCOLN WELDER 400 AMP
610 10860 ADDCO 1137 - ADDCO MESSAGE BOARD
610 10861 OLYMPIAN POGXR14 RI138-0LYMPIAN 14' BOAT
610 10862 UNITEC 44090-10 1139 - UNITEC SCALE
610 10863 LIFT ALL 8500B R1l41 - LIFTALL BARRIER PICKER
610 10864 1142 - TOW BEHIND VIB ROLLER
610 10865 LINCOLN RANGER 9 1144 - LCLN WELDER 1 ON TRK#R818
610 10866 MORRISON OMS2-0202 1146 - MORRISON SUPER SCREED
610 10867 1147 - 600 GALLON WATER TANK
610 10868 LINCOLN RANGER 9 1149 - LCLN WELDER I ON TRK#R874
610 10870 LINCOLN LN25 1155 - LINCOLN SUITCASE WELDER K449
610 10871 LINCOLN K1420-1 1156 - LINCOLN WELDER
610 10872 1157 - SCALE HOUSE RCl MADE
610 10873 LINCOLN RANGER 9 1158 - LCLN RANGER 9 WELDER
610 10874 1159 - CLUB CAR
610 10875 LINCOLN LIK1420-1 1160 - LINCOLN WELDER
610 10876 LINCOLN P218G 1161 - LINCOLN WELDER
610 10877 INGERSOL R TYPE 30 R1162 - IR AIR COMP TYPE 30
610 10878 R1l68 - MEGA WATER TOWER 10,000 GAL
610 10879 500 1169 - RECYCLING PARTS WASHER
610 10880 RI170 - TELESCOPIC POLE HOLDER
610 10881 RI171 - TELECOPIC POLE HOLDER
610 10882 RII72 - TELESCOPIC POLE HOLDER
610 10883 LINCOLN K1639-2 RI173 - LINCOLN COMMANDER WELDER (R
610 10884 B-70TD RI174 - BALE CHOPPER
610 10885 LINCOLN RANGER 250 1175 - LINCOLN WELDER (RI015)
610 10886 LINCOLN RANGER 250 1176 - LINCOLN WELDER (R853) .
610 10887 LINCOLN K1639-2 1177 - LINCOLN WELDER (R851)
610 10888 1179 - CRANE MAN BASKET 4X6
610 10889 1180 - 40 TON PIPE TUGGER
610 10890 1181- NES PIPE TUGGER
DOSSier Mamtenance Software UDROOOOOOI41-070130
Parsons Contruction Group
User Defined Report Page 28 of 61
Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern
eegory Series Unit # Make Model Description
610 10891 1182 - BRIDGE OVERHANG SCAFFOLING
610 10892 1183 - WATER NUTRALIZER WITH HOSE
610 10894 KM932MB RI185 - BARRIER PICKER 14500 LB CAP
610 10895 KENCO KL1100 1186 - KENCO 67"" PIPE PICKER
610 10896 18,100 GAL 1187 - RAIN FOR RENT WATER TANK
610 10897 JD LlOO 1188 - JD LlOO LAWN TRACTOR
610 10898 ALLMAND 2200/SE EC RI189 - ALLMAND ECLIPSE ARROW BOARD
610 10899 BOWIE 1100 1190 - BOWIE HYDRO MULCHER
610 10900 KLEIN KPT 120 R1191- KLEIN 12,000 GAL WATER TOWER
610 10901 RI192 - TELESCOPIC POLE HOLDER
610 10902 RI193 - TELESCOPIC POLE HOLDER
610 10903 2102-40 12 I - SUB PUMP 3""
610 10904 J-IOW 12.2 - DISCHARGE PUMP 2""
610 10905 OSP33 12.3 - SUB PUMP
610 10906 BS-2050 124- SUB PUMP 2''''
610 10907 BS-2102 12.6 - SUB PUMP 3"" 82HP
610 10908 2102-50 12.7 - SUB PUMP 3""
610 10909 12 8 - SUB PUMP I ""(PLASTIC HOUSING)
610 10910 5IHV-B 129 - SUB PUMP 3''''
610 10911 13.1 - SAWZALL
610 10912 13 2 - BAND SAW
610 10913 13.3 - SAWZALL
610 10914 3935 13 4 - CHOP SAW
610 10915 13 5 - SA WZALL
610 10916 13.6 - HACK SAW ELECTRIC
(. 10925 131 B - BREAKER A TCHMT TO HTCH EX200L
10926 131 H - HOE-PAC A TCHMT TO HTCH EX200LC
10927 131 T - THUMB A TCHMT TO HTCH EX200LC
610 10928 132B -BREAKERATCHMTTO HTCH EX200L
610 10929 14.I-CONCRETESAW
610 10930 65CM 14 2 - CONCRETE MIXER (DAN YOUNG)
610 10931 JA45H 14.3 - MULTIQUlP POWER TROWEL
610 10932 15 I - TAMPING RAMMER
610 10934 JD 150B - BREAKER A TCHMT TO JD 490D
610 10935 JD 150H - HOE-PAC A TCHMT TO JD 490D
610 10936 JD 150T - THUMB A TCHMT TO JD690
610 10944 JD 151 H - HOE-PAC A TCHMT TO JD 590D
610 10945 JD 151T - THUMB ATCHMT TO JD590
610 10947 3Z633C 16 I - BATTERY CHARGER
610 10948 3Z633C 162 - BATTERY CHARGER (SNOQ)
610 10958 17 I - CUTTING TORCH
610 10959 17.2 - CUTTING TORCH
610 10960 MAC70 17.6 - CUTTING TORCH
610 10961 INGERSOL R 642B 170 I - IR FORKLIFT
610 10963 CAT TH63 RI703 - CAT TH63 FORKLIFT (HAW All)
610 10964 GENIE GS2032 RI704 - GENIE SCISSOR LIFT (HAW All)
610 10965 GENIE GS2032 RI705 - GENIE SCISSOR LIFT (HAW All)
610 10980 77 18.5 - SKIL SAW (FOR SHOP)
610 11007 19.3 - DIE GRINDER 2''''
610 11008 7'''' TO 9'''' 19.4 - ANGLE GRINDER
610 11009 7'''' TO 9"" 19.5 - ANGLE GRINDER
610 11010 7'''' TO 9'''' 19 6 - ANGLE GRINDER
610 11011 4076 19 7 - ANGLE GRINDER 7'''' TO 9''''
. 11012 4076 19 8 - ANGLE GRINDER 7"" TO 9''''
11013 1010 19.9 - SPLINE DRIVE AIR GUN NO 5
11014 M8TO-TF-TF 2.10 - 2"" DBL DIAPHRAM PHNU PUMP
610 11015 2.11 - DIAPHRAM PUMP
610 11016 HDP3-1 2.13 - 3' DIAPHRAM PUMP
Dosster Mamtenance Software UDROOOOOO141-070130
Parsons Contruction Group
User Defined Report Page 290f61
Units Report: Unit List Date' 01/30/07 at 1.27 PM Eastern e-
Category Series Unit # Make Model Description
610 11017 HDP3-1 SOLD 2.14 - 3' DlAPHRAM PUMP
610 11018 20.1 - PRESSURE WASHER 3000 PSI
610 11019 2405 20.2 - PRESSURE WASHER 2000 PSI
610 11 020 5030 20.4 - PRESSURE WASHER 3000 PSI SHOP
610 11021 20.6 - PRESSURE WASHER PORTABLE
610 11 022 CW304-3MGH 20.7 - PRESSURE WASHER 3000 PSI
610 11 023 20.9 - PRESSURE WASHER 3000 PSI
610 11024 KOM 2000 - BUCKET FOR KOMATSU W A320-3
610 11025 KOM 2001 - 36"" BUCKET FOR KOMATSU PC300
610 11026 KOM 2002 - 60"" BUCKET FOR KOMATSU PC650
610 11027 KOM 2003 - BUCKET FOR KOMATSU W A420-3
610 1 1028 KOM 2004 - 48'"' BUCKET FOR KOMATSU PC650
610 11029 KOM FOR R123 SOLD 2006 - 32" BUCKET FR KOMATSU PC650
610 11030 KOM 2007 - 66'"' BUCKET FOR KOMATSU PC750
610 11031 KOM 2008 - 30"" BUCKET FOR KOMATSU PC400
610 11032 KOM 48"" 2009 - 48"" BUCKET FOR KOMATSU PC750
610 11033 KOM 2011 - 70'"' BUCKET FOR KOMATSU PC750
610 11 034 KOM 2012 - 48"" BUCKET FOR KOMATSUPC750
610 11035 KOM 2014 - 36"" BUCKET FOR KOMATSU PC400LC
610 11036 KOM 2015 - 54"" BUCKET FOR KOMATSU PC400LC
610 11037 KOM 2016 - 48"" BUCKET FOR KOMATSU PC300
610 11038 KOM 2017 - 24"" BUCKET FOR KOMATSU PC200
610 11039 KOM 2018 - 36"" BUCKET FOR KOMATSU PC200
610 11040 KOM 2019 - 18"" BUCKET FOR KOMATSU PC200-6
610 11041 KOM 04/25/06 2020 - 35"" BUCKET FOR KOMATSU PC750
610 11042 KOM 2021 - 24'"' BUCKET FOR KOMATSU PC200 .'
610 11043 KOM 2022 - 48"" BUCKET FOR KOMATSU PC228US
610 11 044 KOM 2023 - 36"" BUCKET FOR KOMATSU PC228US
610 11045 KOM FOR PC228U 2024 - 48"" BUCKET FOR KOMATSU PC200
610 11046 KOM 2025 - 30'"' BUCKET FOR KOMATSU PC228US
610 11047 KOM 2026 - 66"" BUCKET FOR KOMATSU PC200
610 11048 KOM 2027 - 12"" BUCKET FOR KOMATSU PC300
610 11049 KOM 2028 - 44"" BUCKET FOR KOMATSU PC400
610 11050 KOM 2029 - 56"" BUCKET FOR KOMATSU PC400
610 11051 KOM 2030 - 36"" BUCKET FOR KOMATSU PC750-6
610 11052 KOM 2031 - 48'"' BUCKET FOR KOMATSU PC200
610 11053 PC228 2032 - 24'"' BUCKET FOR PC228
610 11054 ESCO PC750LC-6 2033 - 48"" ESCO BUCKET FOR R122
610 11055 ESCO PC750LC-6 2034 - 66"" ESCO BUCKET FOR R122
610 11056 CWS WA400-5 2035 - CWS BUCKET 4 5CY FOR W A400-5
610 11057 PSM PC300 2036 - PSM 48''''BUCKET FOR PC300 (RI26)
610 11058 PSM PC300 2037 - PSM 56"" BUCKET FOR PC300 (R126
610 11059 PSM 54"" FOR R 2038 - PSM 54'''' BUCKET FOR PC300LC-7
610 11060 PSM 2039 - 36'"' PSM BUCKET FOR PC228-1
610 11061 PSM 2040 - PSM BUCKET FOR PC750
610 11062 HENSLEY PC300 (R12 2041 - 24"" HENSLEY BUCKET
610 11063 HENSLEY PC300 (R12 2042 - 36"" HENSLEY BUCKET
610 11064 CWS FOR PC200L 2043 - CWS 48"" BUCKET
610 11065 CWS FOR PC200 2044 - CWS 36'''' BUCKET
610 11 066 CAT 204R - RIPPER FOR CAT D9L
610 11067 ADP20 21.2 - BULLARD FREE AIR PUMP
610 11068 BR400Z 22.2 - LEAF BLOWER - SHOP
610 11069 BR400Z 22.3 - LEAF BLOWER
610 11 070 BR420C 22.4 - LEAF BLOWER .
610 11071 23.1 - PERS RETREV AL SYSTEM
610 1 IOn M52-50G 23.2 - PERS RETREV AL SYSTEM
610 11073 M52-50G 23.3 - PERS RETREV AL SYSTEM
610 11074 L3402 23.4 - PERS RETREV AL SYSTEM
DOSSier Maintenance Software UDROOOOOO141-070130
Parsons Contruction Group
User Defined Report Page 30 of 61
Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern
etegory Series Unit # Make Model Description
610 11075 M52-50G 23.6 - PERS RETREV AL SYSTEM
610 11076 L1850-60 23.7 - PERS RETREVAL SYSTEM
610 11077 M52-50GC 23.8 - PERS RETREV AL SYSTEM
610 11078 M52-50GC 23.9 - PERS RETREV AL SYSTEM
610 11 079 AT A06 24.1 - AIR TEST ASSEMBLY
610 11080 TMX412 25.6 - GAS MONITOR
610 11081 TMX412 25.7 - GAS MONITOR
610 11 082 TMX412 25 8 - GAS MONITOR
610 11 083 TMX412 25 9 - GAS MONITOR
610 11084 FS66 26.1 - BRUSH CUTTER
610 11085 FS76 26 2 - BRUSH CUTTER
610 11 086 FS85N 26.7 - BRUSH CUTTER
610 11087 FS85N 26 8 - BRUSH CUTTER
610 11088 FS85 26.9 - BRUSH CUTTER (SHOP)
610 11 089 516 27.1 - PIPE PULLER 12V ELEC OVER HYD
610 11 090 PG554 28.1 - MODEL B 2 STAGE HYD PUMP
610 11091 RR 100 13 28.2 - 100 TON RAM
610 11092 RR 100 13 28.3 - 100 TON RAM
610 11093 RRIOO13 284- 100 TON RAM
610 11094 RR 100 13 28.5 - 100 TON RAM
610 11095 RR 100 13 286- 100 TON RAM
610 11096 RR 100 13 28.7 - 100 TON RAM
610 11097 6095D 29.1 - CORDLESS DRILL
610 11098 4900D 29.2 - PRO PLUS METAL DETECTOR
610 11099 M599 29 3 - ELECTRIC DRILL 3/8""
4} 11100 29.4 - DRILL 1/2""
11101 29.6 - T APMA TE TO PIPE DRILL MACHINE
10 11102 GA72GV 29.7 - METAL DETECTOR
610 11103 GA52CX 29 8 - PIPE LOCATOR (M PECKMAN)
610 11104 GA52CX 29 9 - PIPE LOCATOR (E JOHNSON)
610 11106 180ffi63 3.11 - GENERATOR 6300WT
610 11107 180ffi63 SOLD 3 13 - GENERA TOR 6300 WT
610 11108 180ffi63 3.14 - GENERATOR 6300WT
610 11109 180ffi63 3.15 - GENERATOR 6300WT
610 11110 MAR40 3.16 - GENERATOR 4000WT
610 11111 DCA-25SSIU 3.17 - 25KW GENERA TOR
610 11112 180RI62A 3 20 - 6200 WATT GENERA TOR
610 11113 DCA25SSIU 3.21-25KWGENERATOR
610 11114 DCA25SSIY 3.22 - 25KW GENERA TOR
610 11115 CG6300 3.23 - 5000 WATT GENERATOR
610 11116 CG6300 3 24 - 5000 WATT GENERA TOR
610 11117 CHY5000 3.25 - 5000 WATT HIGH CYC IlHP GEN
610 11118 125 3.26 - GENERATOR
610 11119 CY 5000 3.28 - GENERATOR
610 11120 CY 5000 3.29 - GEN SET
610 11121 DCA25SSIU 3.30 - GEN SET 3 PHASE
610 11122 CG6300 3.31 - 5000 WATT GENERATOR
610 11123 CG6300 3 32 - 5000 WATT GENERATOR
610 11124 CHY5000 333 - 5000 WATT GENERATOR
610 11125 200DGFC 3.34 - 200 KW GENERATOR
610 11126 DCA25SSIU 3.35 - 25 KW GENERATOR
610 11127 GDP5000H 3.36 - 5000 WATT GENERA TOR
610 11128 CG6300 3.37 - 5000 WATT GENERATOR
~ 11129 CG6300 SOLD 3.38 - 5000 WATT GENERATOR
11130 CG6300 3.42 - 5000 WATT GENERATOR
11131 CG6300 3.43 - 5000 WATT GENERATOR
610 11132 CG6300 3.44 - 5000 WATT GENERATOR
610 11133 CG6300 3.45 - 5000 WATT GENERATOR
Dossier Maintenance Software UDROOOOOOI41-070130
Parsons Contruction Group
User Defined Report Page' 31 of61
Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern .
Category
Series Unit # Make Model Description
610 11134 CG6300 3.46 - 5000 WATT GENERATOR
610 11135 CG6300 3.47 - 5000 WATT GENERATOR
610 11136 3.48 - 25KW GENERATOR
610 11137 CG6300 3.49 - 5000 WATT GENERA TOR
610 11138 CG6300 3.50 - 5000 WATT GENERATOR
610 11139 CG6300 3 51 - 5000 WATT GENERA TOR
610 11140 CG6300 3.52 - 5000 WATT GENERATOR
610 11141 DCA-25SSIU 3.53 - 25KW GEN SET
610 11142 DCA-25SSIU 3 54 - 25KW GEN SET
610 11143 HC-4E-180H 3.55 - HIGH CYCLE GEN SET
610 11144 HC-4E-180H 3.56 - HIGH CYCLE GEN SET
610 11145 LRI4400 3.57 - 4000 WATT GENERATOR
610 11146 LRI4400 3.58 - 4000 WATT GENERA TOR
610 11147 CG6300 3 59 - 5000 WATT GENERATOR
610 11148 CG6300 3.60 - 5000 WATT GENERA TOR
610 11149 GA-6RZRZ 3.61 - 6000 WATT GENERATOR
610 11150 CG6300 3.62 - 5000 WATT GENERATOR
610 11151 CG6300 3 63 - 5000 WATT GENERA TOR
610 11152 DCA25SSIU 3.64 - 25 KWGENERATOR
610 11153 DCA25SSIU 3 65 - 25 KW GENERATOR
610 11154 EHRL4400HD 3.66 - 4400 WATT GENERATOR
610 11155 DCA70SSJU 3 67 - 70KW GEN SET
610 11156 DCA70SSJU 3.68 - 70KW GEN SET
610 11157 CG5800 3.69 - 5000 WATT GENERA TOR
610 11158 CG5800 3.70 - 5000 WATT GENERATOR .
610 11159 CG5800 3.71 - 5000 WATT GENERATOR
610 11160 CG5800 3.72 - 5000 WATT GENERATOR
610 11161 DCA25 3.73 - 25KW GEN SET
610 11162 DCA25 3.74 - 25 KW GENERA TOR (OREGON)
610 11163 DCA25 3 75 - 25KW GEN SET
610 11164 DCA 70SSJU 3 76 - 70KW GEN SET
610 11165 DCA70SSJU 3.77 - 70KW GEN SET
610 11166 DCA25 3 78 - 25 KW GENERA TOR
610 11167 DCA45 3.79 - 45 KWGENERATOR
610 11168 DCA25 3 80 - 25KW GENERA TOR
610 11169 HOMELITE CA5800 3.81 - HOMELITE GENERATOR
610 11170 HC4E-180H 3.82 - HI-CYCLE GENERA TOR
610 11171 DG6000 3 85 - GEN SET
610 11172 DG2900 3.86 - GEN SET
610 11173 B5010-2 3 87 - 5000 WATT GENERA TOR
610 11174 HOMELITE CG6300 SOLD 3 88 - HOMELITE CG6300 GEN SET
610 11175 HOMELITE CG6300 3.89 - HOMELITE CG6300 GEN SET
610 11176 GA6RZRZ 3.91 - M-Q 6000 WT GEN SET
610 11177 HOMELITE CG6300 3 92 - HOMELITE 5000WT GEN SET
610 11178 MULTI-QUIP GA6H 3.93 - MULTI-QUIP GENERATOR
610 11179 MULTI-QUIP DCA45 3.94 - MULTI-QUIP 45KW GEN SET
610 11180 MULTI-QUIP GA-6H 3.95 - MULTI QUIP GA-6H GENERATOR
610 11181 MULTI-QUIP GA-6H 396 - MULTI QUIP GA-6H GENERATOR
610 11182 HONDA EB5000 3.97 - HONDA EB5000 GENERATOR
610 11183 HONDA EB5000 3.98 - HONDA EB5000 GEN SET
610 11184 HONDA EB5000 3.99 - HONDA EB5000 GEN SET
610 11185 30.1 - FORKS FOR W ASOO
610 11186 CASE 30.2 - FORKS FOR 580 CASE
610 11187 43470304 30 3 - 60'''' SWEEPER .
610 11188 JD 500 30.4 - FORKD FOR JD544
610 11189 30.5 - FORKS
610 11190 30.6 - CONVEYOR ATTACHMENT FOR TRKHO
610 11191 30.7 - CONVEYOR ATTACHMENT FOR TRKHO
DOSSier Mamtenance Software UDROOOOOO 141-070 130
Parsons Contruction Group
User Defined Report Page 32of61
Units Report: Unit List Dale 01/30/07 al 1 27 PM Eastern
.egory Series Unit # Make Model Description
610 11192 30.8 - FORKS FOR W A320-3 (R321)
610 11193 30.9 - UTILITY FORKS FOR W A320-3
610 11194 HITACHI 300 I - 46"" BUCKET FOR HITACHI
610 11195 HITACHI 3002 - 32'''' BUCKET FOR HITACHI
610 11196 HITACHI 3003 - 30'''' BUCKET FOR HITACHI
610 11197 HITACHI 3004 - 48'''' BUCKET FOR HITACHI
610 11198 HITACHI 3005 - 41"" BUCKET FOR HITACHI
610 11199 HITACHI 3006 - 32"" BUCKET FOR HITACHI
610 11200 HITACHI 3007 - 60'''' BUCKET FOR HITACHI EX450
610 11201 HITACHI 3008 - 33"" BUCKET FOR HITACHI
610 11202 HITACHI 3009 - 45"" BUCKET FOR HITACHI
610 11203 HITACHI A2301 3010 - 36'''' BUCKET FOR HITACHI EX450LC
610 11204 HITACHI 3011 - 54'''' BUCKET FOR HITACHI EX450LC
610 11205 HITACHI 3012 - 54"" BUCKET FOR HITACHI EX450LC
610 11206 HITACHI 3013 - 36"" BUCKET FOR HITACHI EX450LC
610 11207 HITACHI 3014 - 42"" BUCKET FOR HITACHI EX200LC
610 11208 HITACHI 3015 - 30"" BUCKET FOR HITACHI EX200
610 11209 HITACHI 3019 - 36"" BUCKET FOR HITACHI EX400
610 11210 HITACHI 3022 - 48"" BUCKET FOR HITACHI
610 11211 HITACHI 3023 - 36"" BUCKET FOR HITACHI
610 11212 HITACHI 3024 - 82"" BUCKET FOR HITACHI
610 11213 HITACHI 3025 - 48"" BUCKET FOR HITACHI
610 11214 HITACHI 3026 - 30"" BUCKET FOR HITACHI
610 11215 HITACHI 3029 - 36"" BUCKET FOR HITACHI EXI60
610 11216 HITACHI 3030 - 36"" BUCKET FOR HITACHI EX450
. 11217 HITACHI 3031 - 54'''' BUCKET FOR HITACHI EX450
11218 HITACHI 3032 - 36'''' BUCKET FOR HITACHI EX450
10 11219 HITACHI 3033 - 82'''' BUCKET FOR HITACHI EX200
610 11220 HITACHI 3034 - 82"" BUCKET FOR HITACHI EX200
610 11221 HITACHI 3035 - 56'''' BUCKET FOR HITACHI EX270
610 11222 HITACHI 3036 - 36"11 BUCKET FOR HITACHI EX200LC
610 11223 HITACHI 3037 - 28"" BUCKET FOR HITACHI EX270
610 11224 HITACHI 3038 - 30"" BUCKET FOR HITACHI EX330
610 11225 HITACHI 3039 - 54'''' BUCKET FOR HITACHI EX330
610 11226 HITACHI 3040 - 60"" BUCKET FOR HITACHI EXIIO
610 11227 HITACHI 3041 - 36"" BUCKET FOR HITACHI EXl1 0
610 11228 HITACHI 3042 - 24"11 BUCKET FOR HITACHI EX160
610 11229 HITACHI 3043 - 48'''' BUCKET FOR HITACHI EX450
610 11230 HITACHI 3044 - BUCKET FOR HITACHI EX35
610 11231 HITACHI 3045 - BUCKET FOR HITACHI EX35
610 11232 HITACHI 3046 - BUCKET FOR HITACHI EX35
610 11233 1160 31.1 - PIPE LASER
610 11234 AZ-l 312-LEVEL(BJALLGOOD)
610 11235 1160 31.3 - PIPE LASER
610 11236 NI-30 31.4 - LEVEL W/TRIPOD/GRADE ROD (EJ)
610 11237 LSOOC 31 5 - LASER PLANE W /LASER EYE (R81 0)
610 11238 G PLUS 31.6 - LASER PLANE (KEN MARVIN)
610 11239 L220 31.7 - LASER PLANE (RI049)
610 11240 200 31.8 - LASER W/TRIPOD (BRIAN W)
610 11241 LT8-300P 31.9 - LEVEL TRANSIT (MIKE J)
610 11242 32.1 - VERTICAL LIFT
610 11243 322 - WATER METER
610 11244 730 323 - HOE RAM FOR 580
, 11245 740 32.4 - ALLIED HYDRAULIC HAMMER
11246 I 1/2X6' C 34.1 - GRAVEL SKIFF W/TIRES
11247 1 I/2X7' C 34.2 - GRAVEL SKIFF W/TIRES
610 11248 1 I/2X7' 34.3 - GRAVEL SKIFF W /TIRES
610 11249 1 1/2X5'6" 34.4 - GRAVEL SKIFF W/TIRES
DOSSIer Mamtenance Software lnDROOOOOO141-070130
Parsons Contruction Group
User Defined Report Page' 33 of61
Units Report: Unit List Dale 01/30/07 at 1.27 PM Eastern .-
Category Series Unit # Make Model Description
610 11250 34.5 - GRAVEL SKIFF WITIRES
610 11251 1 1I2X6' 34.6 - GRAVEL SKIFF W /TIRES
610 11252 34.7 - GRAVEL SKIFF NO TIRES
610 11253 1 112X5'7" 34.8 - GRAVEL SKIFF W /TIRES
610 11254 34.9 - GRAVEL SKIFF W/TIRES
610 11255 PC3 35.1 - CARBON FILTER ON SKID
610 11256 TRIMBLE GRADER EQP 36.1 - TRIMBLE GPS SV170 COMPUTER
610 11257 TRIMBLE BASE #1 36.2 - TRIMBLE MS750 BASE RECEIVER
610 11258 TRIMBLE ROVER #1 36.3 - TRIMBLE 5700 RECEIVER W/2""WHIP
610 11259 TRIMBLE BASE #2 36.4 - TRIMBLE MS750 BASE RECEIVER
610 11260 TRIMBLE ROVER #2 365 - TRIMBLE 5800 REC/ANT. WI2""WHIP
610 11261 TRIMBLE DR200 ROBO 36.6 - TRIMBLE 5603 TOTAL STATION
610 11262 TRIMBLE BASE #3 36.7 - TRIMBLE MS750 BASE RECEIVER
610 11263 TRIMBLE ROVER #3 36.8 - TRIMBLE 5800 REC/ANT W/2""WHIP
610 11264 LIECA TC806L 36.9 - LIECA TC806L TOTAL STATION
610 11266 BS52Y 4.10 - VIBRATORY RAMMER
610 11267 VPA1350W 4.11 - VIBRATORY RAMMER W/HONDA 5 5HP
610 11268 MVC-90L 412 - PLATE COMPACTOR
610 11269 SRX60 R3 4.14 - PLATE COMPACTOR
610 11270 SRX60 R3 4.15 - PLATE COMPACTOR
610 11271 SRX60 R3 416 - PLATE COMPACTOR
610 11272 BS52Y 4.17 - PLATE COMPACTORlSNOQ.
610 11273 BS52Y 4.18 - PLATE COMP ACTORlSNOQ
610 11274 131 419-TAMPER
610 11275 131 420-TAMPER
610 11276 131 421-TAMPER .
610 11277 131 422-TAMPER
610 11278 MVL-90L 4 23 - PLATE COMPACTOR
610 11279 MVL-90L 4.24 - PLATE COMPACTOR
610 11280 MVL-90L 4 25 - PLATE COMPACTOR
610 11281 BS45Y 426 - VIBRATORY RAMMER
610 11282 VPA1350W 4.27 - PLATE COMPACTOR
610 11283 BS600 4 28 - PLATE COMPACTOR
610 11284 MT-75HS 4.30 - PLATE COMPACTOR
610 11285 BS600 4.31 - PLATE COMP ACTORlSNOQ.
610 11286 DPU6055 432 - PLATE COMPACTOR WALK-BEHIND
610 11287 WPI550AW 433 - PLATE COMPACTOR
610 11288 WPI550AW 4.35 - PLATE COMPACTOR
610 11289 MVC-88GH 4 36 - PLATE COMPACTOR
610 11290 JD 2000 4 37 - COMPACTOR FOR JD4850
610 11291 CAT DC36BLSF 438 - COMPACTOR FOR CAT 320
610 11292 200 4.39 - OAC COMPACTOR
610 11293 BS600 440-RAMMER
610 11294 BS600 4.41 - RAMMER
610 11295 WPI550A W 4.42 - VIB. PLATE COMPACTOR
610 11296 WPI550A W 4.43 - VIB. PLATE COMPACTOR
610 11297 MVC90 444 - PLATE COMPACTOR
610 11298 WEBER SRX65R3 4 45 - WEBER PLATE COMPACTOR
610 11299 WACKER WP1550 4.46 - WACKER PLATE COMPACTOR
610 11300 WACKER BS500 4.47 - WACKER BS500 VIBRATORY RAMMER
610 11301 WACKER WPI550AW 4 48 - WACKER PLATE COMPACTOR
610 11302 WACKER BS50-4 4.49 - WACKER PLATE COMPACTOR
610 11303 WACKER BS50-4 4.50 - WACKER PLATE COMPACTOR
610 11304 WACKER WP1550AW 451 - WACKER PLATE COMPACTOR .
610 11305 WEBER SRV70 452-WEBERPLATECOMPACTOR
610 11306 WACKER WP1550AW 4.53 - WACKER VIB PLATE COMPACTOR
610 11307 WACKER BS60-4 4.54 - WACKER PLATE COMPACTOR
610 11308 4002 - 64"" BUCKET FOR INSLEY
DOSSIer Mamtenance Software tnDROOOOOO141-070130
Parsons ContructlOn Group
User Defined Report ~ ,1,1 I Page 34 of 61
Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern
etegory Series Unit # Make Model Description
610 11309 4003 - 29'''' BUCKET FOR INSLEY
610 11310 4005 - 42'''' BUCKET FOR INSLEY
610 11311 415H - HOE-PAC ATCHMT TO CS 580K
610 11313 5.10 - BLOWER 115 VOLT
610 11314 929 511-BLOWER
610 11315 GP8 5.12 - BLOWER
610 11316 l1lB-IB 5.13 - BLOWER
610 11317 lC 5.14 - BLOWER 24'''' FIRE FAN W/DSL
610 11318 AMG/B 5.15 - MANHOLE BLOWER
610 11319 IllB 516 - BLOWER
610 11320 Cl 5.17 - DIESEL SPITTER BRUSH FAN
610 11321 C1 5 18 - DIESEL SPITTER BRUSH FAN
610 11322 GP8 5 19 - BLOWER 3.5HP B&S
610 11323 5.20 - MANHOLE FAN
610 11324 EP8AC 5.21 - BLOWER
610 11325 GP8 5.22 - BLOWER
610 11326 EFI75XX 5.23 - 12"" BLOWER FAN
610 11327 EFI75XX 5.24 - 12'''' BLOWER FAN
610 11328 CFI64SE 5.25 - BLOWER FANI CASE,HOSE
610 11329 GFI64SE 5.26 - BLOWER FANI CASE,HOSE
610 11330 GFI64SE 5.27 - BLOWER FAN 1 CASE,HOSE
610 11331 EFI75 5.28 - 8"" 20CM BLOWER
610 11332 EFI75 5 29 - 8""20CM BLOWER
610 11333 250 5.30 - BLOWER FAN
610 11334 EFI75XX 5.31 - 12'''' BLOWER W/HOSE
. 11335 EP8 5.32 - 8"" BLOWER
11336 150094800 5.33 - V ANCO 250CY FAN
10 11337 150094800 5.34 - V ANCO 250CY FAN
610 11338 150094800 5.35 - V ANCO 250CY FAN
610 11339 150087000 5.36 - V ANCO 500115Y FAN
610 11340 VORTEX AXI 5.37 - 12"" BLOWER FAN
610 11341 GP8 5.38 - BLOWER FAN
610 11342 UB20 5 39 - BLOWER FAN
610 11343 UB20 5 40 - BLOWER FAN
610 11344 UB20 5.4I-BLOWERFAN
610 11345 UB20 5.42 - BLOWER FAN
610 11346 UB20 5.43 - BLOWER FAN
610 11347 UB20 5.44 - BLOWER FAN
610 11348 UB20 5 45 - BLOWER FAN
610 11349 UB20 5 46 - BLOWER FAN
610 11350 UB20 547 - BLOWER FAN
610 11351 UB20 5 48 - BLOWER FAN
610 11352 UB20 5 49 - BLOWER FAN
610 11353 UB20 5 50 - BLOWER FAN
610 11354 UB20 551 - BLOWER FAN
610 11355 UB20 5.52 - BLOWER FAN
610 11356 UB20 5.53 - BLOWER FAN
610 11357 UB20 5.54 - BLOWER FAN
610 11358 UB20 5.55 - BLOWER FAN
610 11359 UB20 5.56 - BLOWER FAN
610 11360 UB20 5.57 - BLOWER FAN
610 11361 UB20 5.58 - BLOWER FAN
610 11362 UB20 5 59 - BLOWER FAN
~ 11363 UB20 5.60 - BLOWER FAN
11364 UB20 5.61 - BLOWER FAN
11365 UB20 5.62 - BLOWER FAN
610 11366 UB20 5.63 - BLOWER FAN
610 11367 RAMF AN UB20 5.64 - RAMF AN UB20 BLOWER FAN
DOSSIer Mamtenance Software UDROOOOOO 141-070 130
Parsons Contrnction Group
User Defined Report Page 350f61
Units Report: Unit List Date 01130/07 at 1:27 PM Eastern .-
Category
Series Unit # Make Model Description
610 11368 RAMP AN UB20 5 65 - RAMP AN UB20 BLOWER FAN
610 11369 RAMF AN UB20 5.66 - RAMP AN UB20 BLOWER FAN
610 11370 RAMFAN UB20 5.67 - RAMP AN UB20 BLOWER FAN
610 11371 RAMF AN UB20 5.68 - RAMFAN UB20 BLOWER FAN
610 11372 RAMF AN UB20 5.69 - RAMPAN UB20 BLOWER FAN
610 11373 RAMP AN UB20 5.70 - RAMFAN UB20 BLOWER FAN
610 11374 RAMF AN UB20 5 71 - RAMF AN UB20 BLOWER FAN
610 11375 JD 5000 - BUCKET FOR JD410
610 11376 JD 5001 - 58"" BUCKET FOR JD690
610 11377 JD 5002 - 24"" BUCKET FOR JD410
610 11378 JD 5006 - 48"" BUCKET FOR JD41 0
610 11379 JD 5007 - 24"" BUCKET FOR JD590
610 11380 JD HD24 5012 - 24"" BUCKET FOR JD690
610 11381 JD 5013 - 42"" BUCKET FOR JD690E
610 11382 JD 5014 - 42"" BUCKET FOR JD200LC
610 11383 JD 5015 - 30"" BUCKET FOR JD200LC
610 11384 JD 5016 - 36"" BUCKET FOR JD270LC
610 11385 JD 5017 - 72'111 BUCKET FOR JD 450/EX400
610 11386 JD 5018 - 36"" BUCKET FOR JD550LC
610 11387 JD 5019 - 48'111 BUCKET FOR JD550LC
610 11388 JD 5020 - 24"" BUCKET FOR JD200LC
610 11389 JD 5021 - 48"" BUCKET FOR JD270
610 11390 JD 5022 - 66'''' BUCKET FOR JD230LC/270LC
610 11391 JD 5023 - 60"" BUCKET FOR JD550H
610 11392 5024 - 42"" BUCKET FOR 200LC '.
610 11393 CWS FOR JD 200 5025 - CWS 36'''' BUCKET (FOR R158)
610 11394 CWS 200C 5026 - CWS 36'''' BUCKET (FOR R159)
610 11395 5027 - 24"" BUCKET FOR 31 OG (R427)
610 11396 5028 - 24"" BUCKET FOR 31 OG (R428)
610 11397 5029 - 36'111 BUCKET FOR 450CLC (RI60)
610 11398 5030 - 48'111 BUCKET FOR 450CLC (RI60)
610 11399 5031 - 36"" BUCKET FOR 200CLC (R 161)
610 11400 5032 - 42"" BUCKET FOR 200CLC (R161)
610 11401 CWS 5033 - CWS 30'''' BUCKET FOR JD200CLC
610 11402 CWS JD 160C 5034 - 24"" CWS BUCKET (RI42)
610 11403 CWS JDI60C 5035 - 30'''' CWS BUCKET (RI42)
610 11404 CWS JD 160C 5036 - 36"" CWS BUCKET (RI42)
610 11405 CAT 200 CL HIT 5037 - 24'''' CAT BUCKET FOR 200 CLASS
610 11407 6.10 - PAVING BREAKER 1 114'''' 92LB
610 11408 MX90 6 II - PAVING BREAKER I 114"" 92LB
610 11409 CPI240 6 12 - 90LB JACKHAMMER
610 11410 CP 1240 6.13 - 90LB JACKHAMMER
610 11411 MX9-STD 6.14 - 90LB JACKHAMMER
610 11412 CP 1240 6.16 - 90LB JACKHAMMER
610 11413 CPI240 6 17 - 90LB JACKHAMMER
610 11414 CPI240 618 - 90LB JACKHAMMER
610 11415 APT 180 6.19 - 90LB JACKHAMMER
610 11416 CPI240 6.21 - 90LB JACKHAMMER
610 11417 RB90 6.22 - RIVIT BUSTER
610 11418 106 6.23 - RIVIT BUSTER
610 11419 1240 6.24 - 90LB JACKHAMMER
610 11420 1240 625 - 90LB JACKHAMMER
610 11421 MX90-STD 6.26 - 90LB JACKHAMMER
610 11422 MX90-STD 6.27 - 90LB JACKHAMMER .
610 11423 MX90 6.28 - 90LB JACKHAMMER
610 11424 MX90 6.29 - 90LB JACKHAMMER
610 11425 MX90A 6.30 - 90LB JACKHAMMER
610 11426 180 6.31 - 90LB JACKHAMMER
Dossier Maintenance Software UDROOOOOO141-070130
Parsons Contruction Group
User Defined Report Page 36 of 61
Units Report: Unit List Date' 01/30107 at I 27 PM Eastern
eegory Series Unit # Make Model Description
610 11427 APT 180 6.32 - APT 90LB JACKHAMMER
610 11428 TPB60 6.33 - TOKU/CP 60LB JACK HAMMER
610 11429 APT 190 6.34 - APT 90LB JACKHAMMER
610 11430 INGERSOL R MX90 6.35 - I-R 90LB JACKHAMMER
610 11431 APT 180 6.36 - APT 90 LB JACKHAMMER
610 11432 KOBELCO 6003 - 35"" BUCKET FOR KOBELCO 916
610 11433 6004 - 32"" BUCKET FOR EX200LC-2
610 11434 KOBELCO 6005 - 46"" BUCKET FOR KOBELCO 916
610 11435 KOBELCO 6007 - 30.11. BUCKET FOR KOBELCO 907
610 11436 KOBELCO 6008 - 30"" BUCKET FOR KOBELCO 907
610 11437 KOBELCO ALSO FOR C SOLD 6010 - 30"" BUCKET FOR KOBELCO 916
610 11438 KOBELCO 3CY 6012 - 50"" BUCKET FOR KOBELCO 916
610 11439 6013 - 60"" CLEANOUT BUCKET FOR 907
610 11440 GARBEL 6050 - GARBEL BUCKET
610 11442 TS760 7.10 - CUT-OFF SAW
610 11443 TS760 7.11 - CUT-OFF SAW
610 11444 TS400 7.13 - CUT-OFF SAW (KEVIN SMITH)
610 11445 TS400 7.14 - CUT-OFF SAW/SNOQ
610 11446 TS400 7.15 - CUT-OFF SAW (KEN MARVIN)
610 11447 TS400 7.16 - CUT-OFF SAW
610 11448 TS400 717 - CUT-OFF SAW
610 11449 TS400 7.18 - CUT -OFF SAW (BRIAN WHALEN)
610 11450 TS400 7 19 - CUT-OFF SAW (MIKE PECKMAN)
610 11451 TS400 720 - CUT-OFF SAW
610 11452 TS400 7.21 - CUT-OFF SAW
.~ 11453 TS400-12 7.22 - CUT-OFF SAW (RICH BINCKLEY)
11454 TS400 7.24 - CUT-OFF SAW (KEVIN SMITH)
11455 TS400 725 - CUT-OFF SAW
610 11456 TS400 7.26 - CUT-OFF SAW
610 11457 TS400 7.27 - CUT-OFF SAW
610 11458 TS400 7.28 - STIHL CUT OFF SAW
610 11459 TS400 7.29 - CUT-OFF SAW
610 11460 TS400 7.30 - CUT-OFF SAW (R1014)
610 11461 TS400 7 31 - CUT -OFF SAW (CHRIS COOPER)
610 11462 7.40 - CUT-OFF SA W/SHOP
610 11463 TS350 741 - CUT-OFF SAW (GEO KNIGHT)
610 11464 TS350 7.43 - CUT-OFF SAW
610 11465 TS350 7.44 - CUT-OFF SAW (JOE WICKS)
610 11466 TS350 746 - CUT-OFF SAW
610 11467 TS350 7.47 - CUT-OFF SAW
610 11468 TS350 748 - CUT-OFF SAW
610 11469 TS350 7.49 - CUT-OFF SAW (STEVE ENGLISH)
610 11470 TS400Z 7.50 - CUT-OFF SAW (R1025)
610 11471 TS350 7.52 - CUT-OFF SAW (JOE WICKS)
610 11472 TS350 754 - CUT-OFF SAW
610 11473 TS350 7.56 - CUT -OFF SAW (JASON R)
610 11474 TS350 757 - CUT-OFF SAW
610 11475 TS350 7.58 - CUT-OFF SAW
610 11476 TS350 7.59 - CUT-OFF SAW
610 11477 TS350 762 - CUT-OFF SAW
610 11478 TS350 7 63 - CUT-OFF SAW
610 11479 TS350 7.64 - CUT-OFF SAW
610 11480 TS350 7.66 - CUT-OFF SAW
, 11481 TS350 7.68 - CUT-OFF SAW
11482 TS350 7.69 - CUT-OFF SAW
11483 TS760 7.70 - CUT-OFF SAW
610 11484 TS350 771 - CUT-OFF SAW
610 11485 TS400 7.73 - CUT-OFF SAW
DOSSIer Mamtenance Software UDROOOOOOI41-070130
Parsons ContructlOn Group
User Defined Report Page 370f61
Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern .-
Category Series Unit # Make Model Description
610 11486 TS400 7.74 - CUT-OFF SAW
610 11487 TS400 7.76 - CUT-OFF SAW
610 11488 TS350 7.78 - CUT-OFF SAW
610 11489 TS400 7.79 - CUT-OFF SAW
610 11490 TS400-12 7.80 - CUT-OFF SAW
610 11491 TS400-12 7.82 - CUT-OFF SAW (GREG DURR)
610 11492 TS400-12 7.83 - CUT-OFF SAW (JOE WICKS)
610 11493 TS400-12 7.85 - CUT-OFF SAW
610 11494 TS400-12 7.86 - CUT-OFF SAW
610 11495 TS400 7.89 - CUT-OFF SAW (RICH B)
610 11496 TS400 7.90 - CUT-OFF SAW (R860)
610 11497 TS400-12 7.91 - CUT-OFF SAW
610 11498 TS400 792 - CUT-OFF SAW
610 11499 TS400 7.93 - CUT-OFF SAW (OREGON)
610 11500 TS400 7.94 - CUT-OFF SAW
610 11501 TS760 7.95 - CUT-OFF SAW (GEO KNIGHT)
610 11502 TS400 7.96 - CUT-OFF SAW (DAN YOUNG)
610 11503 TS760 7.97 - CUT-OFF SAW
610 11504 TS400 7.98 - CUT-OFF SAW
610 11505 TS400 7.99 - CUT-OFF SAW
610 11511 7006 - STEEL SHEET
610 11512 7007 - STEEL SHEET
610 11875 034 810 - CHAIN SAW 24""
610 11876 0208 V SUP 8.11 - CHAIN SAW 24""
610 11877 034 812 - CHAIN SAW/FORPARTS
610 11878 028A VEQ 8.16 - CHAIN SAW .
610 1 ]879 034 8.] 7 - CHAIN SAW 20""
610 ]1880 034 8.18 - CHAIN SAW 20"" (R]08])
610 1]881 036P 8.19 - CHAIN SAW 20""
610 ] 1882 029 8.20 - CHAIN SAW / SHOP
6]0 ]1883 029 821 - CHAIN SAW
610 11884 028A V 8.22 - CHAIN SAW
6]0 ]1885 028A V SUPE 8 23 - CHAIN SAW
6]0 ]]886 021 824 - CHAIN SAW
6]0 ]1887 029 8.25 - CHAIN SAW / SHOP
610 ]1888 CS750EVL 8.26 - CHAIN SAW
610 ]1889 039P 8 27 - CHAIN SAW (JOE WICKS)
610 1] 890 026P 8.28 - CHAIN SAW / ABERDEEN
610 1189] 02] 8.29 - CHAIN SAW (JOE WICKS)
610 1]892 036P 8.30 - CHAIN SAW
6]0 ] 1893 026 8.31 - CHAIN SAW
610 11894 026 8.32 - CHAIN SAW
610 1 ]895 5]0070040 8 33 - CHAIN SAW
6]0 11896 026 834 - CHAIN SAW/SNOQ.
6]0 11897 026 8.35 - CHAIN SAW/SNOQ.
6]0 1]898 UTI0885 836 - CHAIN SAW (OREGON)
610 11899 .0424CS:EM 8.37 - CHAIN SAW 14''''
610 1 ]900 1950 8.38 - CHAIN SAW ]4""
610 1190] 036 8.39 - CHAIN SAW
610 ]]902 STIHL 025 8.41 - STIHL CHAIN SAW
6]0 ]]903 STIHL MS]80C 8.42 - STIHL CHAIN SAW
610 11904 02] 8.43 - CHAIN SAW
610 11905 MS3]0 8.44 - CHAIN SAW
610 11906 POULAN 2]55 8.45 - POULAN CHAIN SAW 18'''' (JOE D) .
610 ] 1907 2055 8.46 -14"" CHAIN SAW (RICH B.)
610 11908 2055 8.47 - 14'''' CHAIN SAW (GEORGE K.)
610 1] 909 2055 8.48 - CHAIN SAW 14"" (MIKEL.)
610 11910 STIHL MS310 8 49 - STIHL MS310 CHAIN SAW
DOSSier MaIntenance Software UDROOOOOOI41-070130
Parsons ContructlOn Group
User Defined Report Page. 380f61
Units Report: Unit List Date' 01/30/07 at 1 27 PM Eastern
etegory Series Unit # Make Model Description
610 11911 STIHL MS310 8.50 - STIHL MS31 0 CHAIN SAW
610 11912 STIHL MSI80C 8.51 - STIHL MS 180C CHAIN SAW
610 11913 STIHL MS361 8.52 - STIHL MS361 CHAIN SAW
610 11914 STIHL MS250 8.53 - STIHL CHAIN SAW MS250
610 12251 10.- - ROTO HAMMER (UNSPECIFIED)
610 12252 CASE .1001 - 18"" BUCKET FOR 580 CASE
610 12253 CASE .1002 - 24'''' BUCKET FOR 580 CASE
610 12254 CASE .1003 - 18'''' BUCKET FOR 580 CASE
610 12255 CASE .1006 - 24"" BUCKET FOR 580 CASE
610 12256 CASE 1009 - 22"" BUCKET FOR 580 CASE
610 12257 CASE .1010 - 56"" BUCKET FOR CASE
610 12258 CASE ZJG7618P .10 11 - 18"" BUCKET FOR CASE
610 12259 CASE .1012 -12"" BUCKET FOR 580 CASE
610 12260 CASE .1013 - 12"" BUCKET FOR 580 CASE
610 12261 CASE .1014 - 12"" BUCKET FOR 580 CASE
610 12262 CASE .1015 - 30'''' BUCKET FOR 590 CASE
610 12263 CASE .1016 - 24'''' BUCKET FOR 590 CASE
610 12264 CASE SOLD .1017 - 24"" BUCKET FOR 590 CASE
610 12265 CASE .1018 - 24'''' BUCKET FOR 590 CASE
610 12266 CASE SOLD .1019 - 24"" BUCKET FOR 580 CASE
610 12267 CASE .1020 - 24'''' BUCKET FOR 580 CASE
610 12268 CASE .1021-12""BUCKETFOR5800R590CASE
610 12269 CASE .1022 - 24'''' BUCKET FOR 580SL CASE
610 12270 CASE .1023 - 18"" BUCKET FOR 590SL CASE
610 12271 CASE .1024 - 24'''' BUCKET FOR 590SL CASE
. 12272 1025 - 12"" BUCKET FOR CASE 590SL
12273 CASE 1026 - 12'''' BUCKET FOR 580 CASE
10 12274 CASE .1027 - 24'''' BUCKET FOR 580 CASE
610 12275 580 1028 - 24'''' CASE BUCKET FOR 580
610 12276 1029 - 24"" CASE BUCKET
610 12277 .11.- - CONCRETE VIBRATOR (UNSPECIFIED
610 12278 .12.- - SUBMERSIBLE PUMP (UNSPECIFIED)
610 12279 13 - - SAW -ZALL (UNSPECIFIED)
610 12280 .13 2 - BAND SAW (RCIE)
610 12281 13 3 - SAW-ZALL (RCIE)
610 12282 .14 - - CONCRETE SAW (UNSPECIFIED)
610 12283 .15 - - TAMPER (UNSPECIFIED)
610 12284 .16 - - R59-GAUGE/TEST GAUGE (UNSPCFD)
610 12285 17 - - CUITING TORCH (UNSPECIFIED)
610 12286 42 17 5 - MAX42 PLASMA ARC
610 12287 18 - - SKIL SAW (UNSPECIFIED)
610 12288 .19.- - ANGEL GR1NDER(UNSPECIFIED)
610 12289 .20 - - PRESSURE WASHER (UNSPECIFIED)
610 12290 21 - - GRADE ROD (UNSPECIFIED)
610 12291 .22.- - BLOWER (UNSPECIFIED)
610 12292 .23 - - IMP ACT WRENCH (UNSPECIFIED)
610 12293 24 1 - AIR TEST ASSEMBLY AT A06
610 12294 CGM929A .25 - - AIR/GAS MONITOR (UNSPECIFIED)
610 12295 26 - - BRUSH CUTTER / WEED EATER
610 12296 .29 - - DRILL (UNSPECIFIED)
610 12297 3.-- - GENERA TOR LARGE> 1 OKW (UNSPCFD
610 12298 MUL TIQUIP DCA-25SSIU .3.17 - MUL TIQUIP DCA-25SS IU GENERA TR
610 12299 MUL TIQUIP DCA-25SSIU .3.21 - MULTIQUIP DCA-25SSIU- GENERATR
. 12300 MUL TIQUIP DCA25SSIY .3.22 - MULTIQUIP DCA-25SSIY GENERATR
12301 HOMELITE CG6300 3.24 - HOMELITE CG6300 GENERA TOR
12302 CAT 125 .3.26 - CAT GEN SET
610 12303 ONAN 200DGFC .3.34 - ONAN GENERATOR
610 12304 HOMELITE 6300 .3.37 - HOMELITE GENERATOR
Dossier Mamtenance Software UDROOOOOO 141-070 130
Parsons Contruction Group
User Defined Report Page 39 of 61
Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern
Category Series Unit # Make Model Description .-
610 12305 HOMELITE 6300 .3.38 - HOMELITE GENERA TOR
610 12306 MUL TIQUIP DCA 70SSm .3.67 - MQ GEN SET (HAW All)
610 12307 MULTIQUIP DCA70SSm .3 68 - MQ GEN SET (HAW All)
610 12308 MSC .30.- - MSC A TCHMTS: BROOM,FORK,RAKE
610 12309 .30.6 - CONVEYOR A TTCHMNT FOR TRACKHO
610 12310 .30.7 - CONVEYOR A TTCHMNT FOR TRACKHO
610 12311 31.- - LASERlTRANSIT (UNSPECIFIED)
610 12312 .32.- - MISC: V.LFT,HOE-RAM
610 12313 .33.- - BOLT CUTTER
610 12324 PC-3 CRBN .35.1 - CARBON FILTRATION SYSTEM
610 12325 WACKER BS52Y .4.17 - WACKER VIB. HAMMER
610 12326 WACKER BS52Y 4 18 - WACKER VIB HAMMER
610 12327 BS2071 1.100 - 2'"' PUMP
610 12328 BS2071 1.101 - 2"" PUMP
610 12329 8T20-725 1.102 - 4"" PUMP
610 12330 8T20-725 1.103 - 4"" PUMP
610 12331 8T20-725 1104 -4' PUMP
610 12332 8T20-725 1.105 - 4' PUMP
610 12333 8T20-725 1.1 06 - 4'"' PUMP
610 12334 8T20-725 1.107 - 4'"' PUMP
610 12335 FL YGT BS2052 1.1 08 - FL YGT 2"" SUB PUMP
610 12336 LB3-750 1.109 - 2"" SUB. PUMP
610 12337 LB3-750 1.110 - 2"" SUB. PUMP
610 12338 BS2201 1.112 - 8'"' SUB. PUMP
610 12339 BS2102 1.113 - 3' SUB PUMPIDAN YOUNG
610 12340 91232 1.114 - 4"" TRASH PUMP .
610 12341 133452 1.115 - TEST PUMP
610 12342 BS2052 1.116 - 2"" SUB. PUMP (JOE D.)
610 12343 BS2052 1.117 - 2"" SUB. PUMP (JOE D)
610 12344 FLYGT BS2052 1 118 - 2"" FL YGT SUB. PUMP
610 12345 FLYGT BS2052 1.119 - 2"" FL YGT SUB PUMP
610 12346 FL YGT BS2052 1.120 - 2"" FL YGT SUB PUMP
610 12347 FL YGT BS2052 1 121 - 2"" FL YGT SUB. PUMP
610 12348 FL YGT BS2052 1.122 - 2"" FL YGT SUB PUMP
610 12349 FL YGT BS2052 1.123 - 2'"' FL YGT SUB. PUMP
610 12350 TYCO 12-16 1.125 - TYCO TEST PUMP
610 12351 FL YGT BS2071 1.126 - FL YGT BS2071 3'''' SUB. PUMP
610 12352 FLYGT BS2071 1.127 - FL YGT BS2071 3"" SUB. PUMP
610 12353 FL YGT BS2071 1.128 - FLYGT BS2071 3"" SUB. PUMP
610 12354 FL YGT BS2071 1 129 - FL YGT BS2071 3"" SUB. PUMP
610 12355 FL YGT BS2071 1.130-FLYGTBS2071 3"" SUB. PUMP
610 12356 FL YGT BS2071 1.131-FLYGTBS2071 3"" SUB. PUMP
610 12357 GORMAN-RUP PA6A60-F4L 1.132 - GORMAN-RUPP 6"" TEST PUMP
610 12358 HOMELITE HTP3 1.133 - HOMELITE 3"" TRASH PUMP
610 12359 BRIGGS & S 5HP 1 134 - BRIGGS & STRATTON TEST PUMP
610 12360 FLYGT BS2051 1.135 - FL YGT 2"" SUB PUMP
610 12361 MULTIQUIP QP202TH 1.136 - MULTIQUIP 2"" TRASH PUMP
610 12362 FL YGT BS2052 1.137 - FL YGT 2"" SUB. PUMP
610 12363 FLYGT BS2102 1 138 - FL YGT 4"" SUB PUMP
610 12364 FL YGT BS2102 1.139 - FL YGT 4"" SUB. PUMP
610 12365 11224VSR 10.10 - ROTO HAMMER (JOE WICKS)
610 12366 11224VSR 10.11 - ROTO HAMMER
610 12367 11224VSR 10.12 - ROTO HAMMER
610 12368 DW563K 10.13 - ROTO HAMMER (SNOQ) .
610 12369 5368-1 10.14 - ROTO HAMMER (GREG DURR)
610 12370 11224VSR 10.15 - ROTO HAMMER
610 12371 5383-21 10.16 - ROTO HAMMER (GREG DURR)
610 12372 10.17 - ROTO HAMMER ELECTRIC
Dossier Mamtenance Software UDROOOOOOI41-070130
Parsons ContructlOn Group
User Defined Report Page 40of61
Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern
etegory Series Unit # Make Model Description
610 12373 TE15 10.18 - ROTO HAMMER ELECTRIC (KNIGHT)
610 12374 HIL TI TE-6-S 10.19 - HILTI ROTO HAMMER
610 12375 HIL TI TC76ATC 10.20 - HIL TI ROTO HAMMER
610 12515 BS-2050 12.10 - SUB PUMP 2''''
610 12516 BS-2050 12.11 - SUB PUMP 2""
610 12517 CD-lOW 1212 - SUB PUMP 2""
610 12518 CD-lOW 12.17 - SUB PUMP 2''''
610 12519 BS-2052 12.18 - SUB PUMP 2''''
610 12521 CP893 19.10 - AIRGUN 1"" (JIM DIGMANN)
610 12522 797 19.12 -IMPACT WRENCH 1"" (MARK H)
610 12523 DW290 19.13 - INPACT WRENCH 1/2"" (MARK H)
610 12524 2934 19.14 - IMPACT WRENCH 1'''' (TYLER T)
610 12525 CP797 19.15 - CP 1"" IMPACT GUN
610 12526 797 -6 1916 - CP 1'''' SQ. DRIVE AIR GUN
610 12527 CW2504-4MV 20.11 - PRESSURE WASHER
610 12528 FWD4030 20.14 - PRESSURE WASHER
610 12529 TX63 20.15 - TOP GUN TX63 PRESSURE WASHER
610 12532 PSM PC750LC-6 2033T - PSM THUMB FOR R122
610 12533 PSM PC300 2037T - PSM THUMB FOR PC300 (RI26)
610 12534 PSM 2040T - PSM THUMB FOR PC750
610 12535 M52-50GC 23.10 - PERS RETREVAL SYSTEM
610 12536 M52-50GC 23 11 - PERS RETREV AL SYSTEM
610 12537 13402 23.12 - PERS RETREVAL SYSTEM
610 12538 MR50SC 23.13 - PERS RETREV AL SYSTEM (R WARE)
610 12539 MR50SC 23.14 - PERS RETREVAL SYSTEM (R WARE)
.~ 12540 MR50SC 23.15 - PERS RETREV AL SYSTEM (R WARE)
12541 MR50SC 23.16 - PERS RETREV AL SYSTEM (R WARE)
10 12542 23.18 - RECOVERY SYSTEM & TRIPOD
610 12543 23.19 - RECOVERY SYSTEM & TRIPOD
610 12544 2320 - RECOVERY SYSTEM & TRIPOD
610 12545 2321 - RECOVERY SYSTEM & TRIPOD
610 12546 23.22 - RECOVERY SYSTEM & TRIPOD
610 12547 MR50 23 23 - PERS RETREV AL SYS(BOB W)
610 12548 MILLER MR50 MIGHT 23 24 - MILLER CONF SP RETREV AL SYS
610 12549 MILLER MR50 MIGHT 23 25 - MILLER CONF SP RETREV AL SYS
610 12550 12265 2326 - U.C 1. FALL PROTECTION SYSTEM
610 12551 TMX412 25 11 - GAS MONITOR (R862)
610 12552 TMX412 2512 - GAS MONITOR
610 12553 TMX412 2513 - GAS MONITOR
610 12554 TMX412 25 14 - GAS MONITOR
610 12555 SP402 25.15 - SAMPLING PUMP
610 12556 SP402 25.16 - SAMPLING PUMP
610 12557 SP402 25.17 - SAMPLING PUMP
610 12558 PR160 25.18 - COMPRESSED GAS REGULA TOR
610 12559 TMX412 25.19 - GAS MONITOR
610 12560 TMX412 2520 - GAS MONITOR (KEN MARVIN)
610 12561 SP402 25.21 - GAS MONITOR (BOB FOSTER)
610 12562 SP402 25.22 - GAS MONITOR
610 12563 SP402 25.23 - GAS MONITOR
610 12564 SP402 25.24 - GAS MONITOR
610 12565 TMX412 25.25 - GAS MONITOR (G KNIGHT)
610 12566 TMX412 25.26 - GAS MONITOR
610 12567 TMX412 25.27 - GAS MONITOR
. 12568 TMX412 25.28 - GAS MONITOR (M PECKMAN)
12569 TMX412 25.29 - IND. SC GAS MONITOR
12570 GA52CX 29.10 - PIPE LOCATOR (R BINCKLEY)
610 12571 GA52CX 29.11 - PIPE LOCATOR
610 12572 GA52CX 29.12 - PIPE LOCATOR (T TRIPP)
DOSSIer Mamtenance Software UDROOOOOOI41-070130
Parsons Con/ruc/ion Group
User Defined Report Page' 41 of61
Units Report: Unit List Dale' 01/30/07 at I 27 PM Eastern .-
Category Series Unit #
Make Model Description
610 12573 29.13 - HOLE HAWG DRILL
610 12574 6020AB 29.14 - TORQUE WRENCH
610 12575 ML-1M 29.15 - SUBSURFACE MAGNETIC LOCATOR
610 12576 GA 92XTI 29.16 - SCHONSTEDT LOCATOR
610 12581 HONDA EB5000XK2A 3.100 - HONDA EB5000 GEN SET
610 12582 HONDA EB5000 3.101 - HONDA EB5000 GENERATOR
610 12583 DEWALT DG6000 3.102 - DEWALT DG6000 GENERATOR
610 12584 DEWALT DG6000 3.103 - DEWALT DG6000 GENERATOR
610 12585 YAMAHA YG5200D 3.104 - YAMAHA 5000 WT GENERATOR
610 12586 DEWALT DG6000 3.105 - DEWALT GEN SET (R8921)
610 12587 HONDA EM5000SX2A 3.106 - HONDA 5000WT GENERA TOR
610 12588 HONDA EM5000SX2A 3.107 - HONDA 5000WT GENERATOR
610 12589 DEWALT DG6000 3 108 - DEW AL T 6000WT GENERA TOR
610 12590 CASE 30.10 - FORKS FOR 580 CASE
610 12591 CASE 30.11 - FORKS FOR 580 CASE
610 12592 CASE 30.12 - FORKS FOR 580 CASE
610 12593 30.13 - BARREL TURNER
610 12594 30.15 - 18"" CUTTING WHEEL
610 12595 110 30.20 - FORKS 11000 LB CAPACITY
610 12596 CASE 1 1/4 X 48 30.21 - FORKS FOR 590 CASE
610 12597 D6HLGP 30.22 - 7' HYD SLOPE BOARD FOR D6H
610 12598 2EA 30.26 - RIPPER PLOW FOR D8
610 12599 2X6X48 30.28 - FORKS FOR W A380
610 12600 D65P 30.29 - CLEARING RAKE FOR D6H
610 12601 30.32 - FORKS FOR W A380
610 12602 EX70 30.33 - 12' EXTENDA V A TOR .
610 12603 CASE 30.34 - FORKS FOR 580 CASE
610 12604 PC650 30.35 - SINGLE SHANK RIPPER FOR PC650
610 12605 30.36 - QUICK COUPLER FOR KOM PC650
610 12606 CAT 100SLH 30.37 - QUICK COUPLER FOR CAT 235
610 12607 NA8000 ESM SOLD 30.38 - BALE CHOPPER
610 12608 30.39 - BOOM EXTENSION 6"" PIN ON
610 12609 TT10 30.40 - POWERTIL T FOR EX200LC-5
610 12610 3041 - QUICK COUPLER FOR EX300LC-3
610 12611 3042 - QUICK COUPLER FOR PC650 (RI20)
610 12612 2X6X48 3044 - FORKS FOR W A420-3 11000LB
610 12613 30.45 - RIPPER PLOW FOR D8
610 12614 30.46 - QUICK COUPLER FOR PC750
610 12615 FORMS 3047 - TRIO WALL SYSTEM
610 12616 FOR R321 30.48 - QUICK COUPLER FOR W A320-3
610 12617 FOR R322 30.49 - QUICK COUPLER FOR W A420-3
610 12618 FOR R322 30.50 - UTILITY FORKS FOR W A420-3
610 12619 FOR R137 30.51 - QUICK COUPLER FOR EX450LC-5
610 12620 R138 30 52 - QUICK COUPLER FOR EX450LC-5
610 12621 HYD FOR R1 30 53 - QUICK COUPLER FOR EX200LC-5
610 12622 1 3/4X4X46 30.54 - FORKS FOR 580SL
610 12623 30.55 - ARM ASSEMBLY FOR PC750LC-6
610 12624 30.56 - ASPHALT ZIPPER
610 12625 FORR124 3057 - QUICK COUPLER FOR PC750LC-6
610 12626 30.59 - FORKS FOR W A450-3 LD
610 12627 JD 30.60 - FORKS FOR JD644E
610 12628 FORR318 30.61 - FORKS FOR WA450-3
610 12629 CASE 30.62 - FORKS FOR 580 OR 590 CASE
610 12630 30.63 - QUICK COUPLER FOR 200LC .
610 12631 30.64 - QUICK COUPLER FOR PC300
610 12632 30.65 - QUICK COUPLER FOR PC200
610 12633 C235QC 30.66 - QUICK COUPLER FOR 235D
610 12634 AZ480 30.68 - ASPHALT ZIPPER ON TRL R9131
Dossier Mamtenance Software tnDROOOOOO141-070130
Parsons ContructlOn Group
User Defined Report Page 42 of 61
Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern
eegory Series Unit # Make Model Description
610 12635 CAT 30.69 - FORKS FOR CAT 963
610 12636 30.70 - FORKLIFT MAN BASKET
610 12637 DC36EXLSF 30.71 - SHEEPS FT COMPACTOR FOR 235D
610 12638 FOR EX270 30 72 - LONG REACH STICK & BOOM
610 12639 30.73 - QUICK COUPLER FOR PC228US-LC3
610 12640 JD 30.74 - QUICK COUPLER FOR JD 550LC
610 12641 FORR313 30.75 - FORKS FOR 950G
610 12642 FOR R313 30.76 - QUICK COUPLER FOR 950G
610 12643 C/N 90W003 30.77 - ASPHALT CUTTER WHEEL WA320-3
610 12644 30.78 - QUICK COUPLER FOR PC228USLC-l
610 12645 30.79 - QUICK COUPLER FOR 960F
610 12646 FORR318 30 80 - QUICK COUPLER FOR W A450-3
610 12647 FOR R318 3081 - FORKS FOR W A450-3 72""
610 12648 FOR R314 30.82 - QUICK COUPLER FOR 950G
610 12649 FORR314 30 83 - FORKS FOR 950G
610 12650 30.84 - FORKS FOR W A320
610 12651 625 30.85 - VIBRO HAMMER
610 12652 EX160 30.86 - RIPPER
610 12653 30.87 - FORKS FOR 950G (R315)
610 12654 72'''' PALLE 30.88 - FORKS FOR 950G (R315)
610 12655 CASE 30.89 - FORKS FOR 590 CASE
610 12656 FORR316 3091 - FORKS FOR 950G
610 12657 FORR316 30.92 - QUICK COUPLER FOR 950G
610 12658 TOP60 30 93 - OKADA BREAKER
610 12659 FOR RI 07 30.94 - QUICK COUPLER FOR 320CL
~ 12660 3095 - PIPE TONGS 52''''
12661 30.96 - QUICK COUPLER FOR PC750
12662 CAT 30.97 - 53'''' FORKS FOR CAT 420D (R426)
610 12663 PC750LC-6 30.98 - PSM RIPPER FOR R122
610 12664 FOR PC750 30.99 - STINGER FOR PC750
610 12666 HITACHI 3026T - THUMB FOR HITACHI 3026
610 12675 1145-1 31.10 - LASER PLANE
610 12676 AX-I 31.12 - AUTO LEVEL
610 12677 4811-24 31.13 - AUTO LEVEL W/TRIPOD (R863)
610 12678 AZ-2 31.14 - AUTO LEVEL
610 12679 Lll45S 31.16 - SLOPE LASER W/TRIPOD (SCOTT M)
610 12680 Ll165 31.17 - PIPE LASER (RI 045)
610 12681 NA20 31.19 - LEVEL WITRIPOD (CHERYL W)
610 12682 NE20S 31.20 - DIGITAL LEVEL W/TRIPOD
610 12683 NI30 31.21-LEVEL WITRIPOD (PATR)
610 12684 300 31.22 - TRANSIT
610 12685 NI50 31 23 - AUTO LEVEL
610 12686 NI30 31.24 - TRANSIT LEVEL
610 12687 609 31 26 - TRANSIT LEVEL
610 12688 609 31.27 - TRANSIT LEVEL
610 12689 OAL-240 31.30 - LEVEL W/25 FT ROD (JOE W)
610 12690 31.31 - TRANSIT LEVEL (MIKE P)
610 12691 NA824 31.32-AUTOLEVEL WITRIPOD
610 12692 OAL-200 31.33 - AUTO LEVEL WITRIPOD
610 12693 NI30 31.34 - EYE LEVEL (JOE W)
610 12694 1255HP 31.35 - PIPE LASER (JOE W)
610 12695 1280S 31.36 - PIPE LASER (BJ ALLGOOD)
610 12696 AX-l 31.37 - LEVEL (GEORGE K)
. 12697 1280S 31.38 - PIPE LASER
12698 1165 31.39 - PIPE LASER
12699 1250HP 31.41 - PIPE LASER
610 12700 OAL240 31.42 - AUTO LEVEL (MIKE P)
610 12701 OAL240 31.43 - AUTO LEVEL (JOE W)
Dossier Mamtenance Software UDROOOOOO141-070130
Parsons Contruction Group
User Defined Report Page 43 of 61
Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern .-
Category Series Unit # Make Model Description
610 12702 1145-1 31.44 - LASER PLANE W /TRIPOD
610 12703 OAL240 31.45 - AUTO LEVEL
610 12704 609 31.46 - TRANSIT LEVEL
610 12705 1250HP 31.47 - PIPE LASER
610 12706 609 31.48 - TRANSIT LEVEL
610 12707 1044 31.50 - LASER PLANE (GREG D)
610 12708 1280 31.51 - PIPE LASER (KEVIN S)
610 12709 NI30 31.52 - LEVEL (MIKE P)
610 12710 AX-l 31.53 - LEVEL W/TRIPOD (R865)
610 12711 L500C 31.54 - ELECTRONIC ROTATING LEVEL
610 12712 61S 31.55 - GEODIMETER SURVEY STATION
610 12713 L220 31.56 - LASER PLANE (MIKE 1)
610 12714 1285S 31.57 - PIPE LASER
610 12715 CH56-L TY 31 58 - TRANSIT
610 12716 1280S 31.59 - PIPE LASER (JOE W)
610 12717 1280S 31.60 - PIPE LASER (TYLER T)
610 12718 1280S 31.61 - PIPE LASER
610 12719 1145-1 31.62 - DUAL SLOPE LASER (CHRIS C)
610 12720 OAL240 31.63 - AUTO LEVEL
610 12721 1212 31 64 - LINE LEVEL
610 12722 1280S 31.65 - PIPE LASER (R861)
610 12723 1280S 31.66 - PIPE LASER (ERIC 1)
610 12724 1280S 31.67 - PIPE LASER (RI056)
610 12725 1280S 31 68 - PIPE LASER (RICH B)
610 12726 1280S 31.69 - PIPE LASER
610 12727 CH56-L TY 31.70 - TRANSIT .
610 12728 1145-1 31.71 - DUAL SLOPE LASER PLANE
610 12729 1280S 31 72 - PIPE LASER (SNOQ)
610 12730 OAL240 31.73 - AUTO LEVEL (DAN Y)
610 12731 L500C 31.74 - LASER PLANE
610 12732 LTY56 31 75 - LINE TRANSIT LEVEL (R1046)
610 12733 LT8-300P 31.76 - LEVEL TRANSIT
610 12734 NI40 31.77 - AUTO LEVEL
610 12735 301 31.78 - TRANSIT LEVEL
610 12736 NI30 31.79 - AUTO LEVEL (RICH B)
610 12737 MS750 3180 - GPS STATION
610 12738 1280S 31.81 - PIPE LASER (MIKE P)
610 12739 NI30 31.82 - LEVEL (MIKE P)
610 12740 1145-1 3183 - LASER
610 12741 TC806L 31.84 - GPS SYSTEM (R1049)
610 12742 GTS21lD 31.85 - ELECTRONIC TOTAL STATION
610 12743 NA 724 31.86 - AUTO LEVEL
610 12744 NA724 31.87 - AUTO LEVEL
610 12745 NA724 31.88 - AUTO LEVEL
610 12746 NA820 31.89 - LEVEL (JON S)
610 12747 4811-24 31 90 - LEVEL (MIKE MCLEAN)
610 12748 1280S 31.91 - PIPE LASER
610 12749 NA724 31.92 - AUTO LEVEL
610 12750 NA724 31.93 - AUTO LEVEL
610 12751 NA20 31.94 - LEVEL (JON S)
610 12752 LT8-300P 31 95 - LEVEL (ERIC 1)
610 12753 LB-4 3196 - DUAL SLOPE LASER (RI025)
610 12754 4811-24 31.97 - AUTO LEVEL (TYLER T)
610 12755 NA724 31.98 - AUTO LEVEL (COLIN L) .
610 12756 LL500 31.99 - LASER PLANE (PETE K)
610 12758 1 1I2X6'3" 34.1 0 - GRAVEL SKIFF W /TIRES
610 12759 1 1I2X6 C 34 11 - GRAVEL SKIFF W/TIRES
610 12760 1 I/2X8' C 34.12 - GRAVEL SKIFFS W /TIRES
Dossier Maintenance Software UDROOOOOO 141-070 130
Parsons Contrnction Group
User Defined Report Page 44 of 61
Umts Report: Unit List Date 01/30/07 at 1.27 PM Eastern
etegory Series Unit # Make Model Description
610 12761 1 1I2X8' C 3413 - GRAVEL SKIFF W/TIRES
610 12762 1 I/2X6' C 34.14 - GRAVEL SKIFF W/TIRES
610 12763 1 1I2X6' C 34 15 - GRAVEL SKIFF W /TIRES
610 12764 1X6' CHAI 34 16 - GRAVEL SKIFF W /TIRES
610 12765 16L 72W 48 34.17 - GRAVEL SKIFF W/TIRES
610 12766 17'3""L-10 34.18 - GRAVEL SKIFF W/TIRES
610 12767 TOPCON GTS-211D 3610 - TOPCON TOTAL STATION
610 12768 TRIMBLE AUTO GPS ( 36 11 - TRIMBLE MS860 RECEIVER
610 12769 TRIMBLE AUTO GPS ( 36 12 - TRIMBLE MS860 RECEIVER
610 12770 TRIMBLE ROBOTIC IN 36.13 - TRIMBLE ROBOTIC AUTO TRACK SYS
610 12771 TRIMBLE SV170 36.14 - TRIBBLE SV170 GPS SYSTEM
610 12772 TRIMBLE DOZER CONT 36.15 - TRIMBLE DOZER CONTROL GPS
610 12773 TRIMBLE 3616 - TRIMBLE ATS ROBOTIC INST
610 12787 JD 5013T - THUMB FORJD690E
610 12788 JD 5014T - THUMB FOR JD200LC
610 12797 CAT 70KW R602ST - CAT 70KW GEN SET
610 12798 CAT 70KW 603ST - CAT 70KW GEN SET
610 12799 CAT 70KW 604ST - CAT 70KW GEN SET
610 12802 R607ST - LIGHT TOWER
610 12803 R608ST - LIGHT TOWER
610 12804 609ST - LIGHT TOWER
610 12805 R610ST - LIGHT TOWER
610 12806 611ST - SWEEPER
610 12807 R612ST - LIGHT TOWER
610 12808 R613ST - LIGHT TOWER
. 12809 R614ST - SWEEPER
12810 615ST - LIGHTTOWER
12811 616ST - LIGHTTOWER
610 12812 617ST - LIGHTTOWER
610 12813 618ST - LIGHTTOWER
610 12814 619ST - LIGHTTOWER
610 12817 TS400 7.100 - CUT-OFF SAW
610 12818 TS400 7101 - CUT-OFF SAW
610 12819 TS400 7 102 - STIHL CUT OFF SAW (R863)
610 12820 TS400 7.103 - CUT-OFF SAW (TYLER TRIPP)
610 12821 TS400 7 104 - STIHL CUT -OFF SAW (R868)
610 12822 TS400 7.105 - STIHL TS400 CUT-OFF SAW
610 12823 TS400 7.107 - STIHL TS400 CUT-OFF SAW
610 12824 TS400 7108 - STIHL TS400 CUT-OFF SAW
610 12825 TS760 7.109 - STIHL 14"" CUT-OFF SAW
610 12826 TS400 7.110 - STIHL TS400 CUT-OFF SAW
610 12827 TS400 7 III - STIHL TS400 CUT-OFF SAW
610 12828 TS400 7112 - STIHL TS400 CUT-OFF SAW
610 12829 TS400 7113 - STIHL TS400 CUT-OFF SAW
610 12830 TS400 7.114 - STIHL CUT-OFF SAW (RICH B )
610 12831 TS400 7115 - STIHL CUT-OFF SAW
610 12832 TS400 7116 - STIHL CUT-OFF SAW
610 12833 TS400 7.117 - STIHL TS400 CUT-OFF SAW
610 12834 TS400 7118 - STIHL TS400 CUT-OFF SAW
610 12835 TS400 7.119 - STIHL TS400 CUT-OFF SAW
610 12836 TS400 7.120 - STIHL CUT-OFF SAW
610 12837 TS400 7.121 - STIHL CUT-OFF SAW
610 12838 TS400 7 122 - STIHL CUT -OFF SAW
~ 12839 TS400 7.123 - STIHL CUT-OFF SAW (R8925)
12840 TS400 7.124 - STIHL CUT-OFF SAW
12874 EX70 .30.33 - P.W.C E ATTACHMENT
610 12875 KENHAR .30.34 - KENHAR FORKS FOR 580 CASE
610 12876 HENDRIX JB .30.36 - HENDRIX JB QUICK COUPLER
DOSSier Mamtenance Software UDROOOOOO141-070130
Parsons Con/ruc/ion Group
User Defined Report Page 45 of 61
Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern .-
Category Series Unit # Make Model Description
610 12877 GOOSEN NA8000 ESM .30.38 - GOOSEN BALE CHOPPER
610 12878 PC750LC-6 .30.57 - JRB HYD QUICK COUPLER
610 12879 .30.67 - ASPHALT ZIPPER
610 12880 .30.68 - ASPHALT ZIPPER
610 12881 AMERICAN DC36EXLSF .30.71 - AMERICAN COMPACTOR
610 12882 TRAMAC 625 .30.85 - TRAMAC VIBRO HAMMER (HAWAII)
610 12883 ZEISS NI30 .31.21 - ZEISS LEVEL W/TRIPOD
610 12884 610S .31.55 - GEODIMETER SURVEY STATION
610 12885 TRIMBLE GPS .31.80 - TRIMBLE GPS STATION
610 12886 LEICA TC805L .31.84 - LEICA TC805L GPS SYSTEM
610 12912 FOR PC750 30.100 - STINGER FOR PC750
610 12913 30.101 - FORKS FOR 644H (R356)
610 12914 CWS 30.102 - CWS QUICK COUPLER W A400-5
610 12915 CWS 30.103 - CWS FORKS FOR WA400-5
610 12916 30.104 - 15' SPREADER BAR
610 12917 CWS FOR ill 200 30.105 - CWS QUICK COUPLER (FOR R158)
610 12918 CWS FOR ill 200 30 106 - CWS QUICK COUPLER
610 12919 30.107 - QUICK COUPLER FOR 950G (R331)
610 12920 30.108 - FORKS FOR 950G (R331)
610 12921 FOR 450C L 30.109 - QUICK COUPLER FOR R160
610 12922 FOR 200C L 30.110 - QUICK COUPLER FOR R161
610 12923 MHI12K 30 III - JEWELL CLAM BKT/BOOM EXTEN
610 12924 90A24-13-D 30.112 - JRB QUICK COUPLER (FOR R162)
610 12925 HENDRIX PC300 30.113 - HENDRIX PIN GRABBER
610 12926 ESCO FOR PC200 30.114 - ESCO PC200 QUICK COUPLER
610 12927 TELEDYNE TB2080XC 30.115 - TELEDYNE HYD BREAKER .
610 12928 30.71A - MOUNTING ADAPTOR FOR 235D
610 12929 30.71B - MOUNTING ADAPTOR FOR EX270
610 12930 SECO 4811-24 31 100 - SECO AUTO LEVEL (TYLER T)
610 12931 ZEISS NI40 31 101 - ZEISS AUTO LEVEL (MIKE P)
610 12932 DG511 31.102 - PIPE LASER (R863)
610 12933 LEICA RUGBY 200 31.1 03 - LEICA LASER (MIKE J.)
610 12934 RUGBY 150LR 31.104 - RUGBY ROTATING LASER
610 12935 SECO 4811-24 31 105 - SECO AUTO LEVEL (MIKE L )
610 12936 SEeo 4811-24 31.106 - SECO AUTO LEVEL
610 12937 SECO 4811-24 31.1 07 - SECO AUTO LEVEL (JON STUART)
610 12938 HITACHI LT8-300P 31.108 - DAVID WHITE LEVEL (JON STUART)
610 12939 SECO 4811-24 31 109 - SECO LEVEL
610 12940 31.110 - GPS SYSTEM
610 12941 SECO 4811-24 31.111 - SECO AUTO LEVEL
610 12942 SPECTRA 1145-1 31 112 - SPECTRA PRECISION LASER PLANE
610 12943 LEICA 100LR 31.113 - LEICA LASER W/TRIPOD
610 12944 4900 31.114 - LASER ALIGNMENT BEACON
610 12945 SECO 4811-24 31.115 - SECO AUTO LEVEL
610 12946 BERGER 54-203BU 31.116 - BERGER TRANSIT LEVEL
610 12947 BERGER 54-203BU 31.117 - BERGER TRANSIT LEVEL
610 12948 SPECTRA DG511-7 31.118 - SPECTRA PRECISION PIPE LASER
610 12949 SECO 4811-24 31.119 - SECO AUTO LEVEL
610 12950 RUGBY 733-620 31.120 - RUGBY LASER ALIGNMENT
610 12951 LEICA RUGBY 100L 31.121 - LEICA ROTATE LASER
610 12952 RUGBY 733-620 31.122 - RUGBY LASER ALIGNMENT
610 12953 BERGER 203BU 31.123 - BERGER TRANSIT LEVEL
610 12954 SPECTRA DG511-7 31.124 - SPECTRA PIPE LASER
610 12955 STS STS-24 31.125 - STS AUTO LEVEL .
610 12956 SECO 4811-24 31.126 - SECO 4811-24 AUTO LEVEL
610 12957 SPECTRA DG511-7 31.127 - SPECTRA PIPE LASER (R8911)
610 12958 SECO 4811-24 31.128 - SECO AUTO LEVEL
610 12959 SECO 4811-24 31.129 - SECO AUTO LEVEL
DOSSIer Mamtenance Software UDROOOOOO 141-070 130
Parsons Contruction Group
User Defined Report Page 46 of 61
Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern
etegory Series . Unit # Make Model Description
610 12960 SPECTRA DG511-7 31.130 - SPECTRA PIPE LASER
610 12961 SECO 4811-24 31.131 - SECO AUTO LEVEL
610 12962 SPECTRA DG511-7 31.132 - SPECTRA PIPE LASER
610 12963 NIKON AX2S 31.133 - NIKON BUILDING LEVEL
610 12964 NIKON AX2S 31.134 - NIKON BUILDING LEVEL
610 12965 SPECTRA DG511-7 31.135 - SPECTRA PIPE LASER
610 12966 LEICA NA 730 31.136 - LEICA AUTO LEVEL
610 12967 SPECTRA 945-U 31.137 - SPECTRA SINGLE SLOPE LASER
610 12968 SPECTRA DG511 31 138 - SPECTRA PIPE LASER
610 12969 SECO 4811-24 31.139 - SECO AUTO LEVEL W /GRADE ROD
610 12970 SPECTRA DG511 31.140 - SPECTRA PIPE LASER
610 12971 NIKON AX-2S 31.141 - NIKON AUTO LEVEL (R864)
610 12972 SPECTRA DG511 3 1 142 - SPECTRA PIPE LASER
610 12973 SPECTRA DG511 31.143 - SPECTRA PIPE LASER (R8925)
610 12974 BERGER 203BU 31.144 - BERGER TRANSIT LEVEL (R8925)
610 12975 3100 31.145 - DW DUAL SLOPE LASER
610 12976 SPECTRA DG511 31.146 - SPECTRA PREC PIPE LASER
610 13204 DEWALT DEWALT R3.109 - 6000WT GEN SET/R1046
610 13205 DEW AL T DEWALT R3.110 - 6000WT GEN SET /8929
610 13206 BTI BTI R30.116-2005 HYDRAULIC HAMMER (R144)
610 13207 STIHL TS400 R7.126 - 2006 TS400 CUTOFF SA W/R814
610 13208 STIHL TS400 R7.127-TS400-CUTOFF SAW/8929
610 13209 STIHL TS400 R7 125 - 2005 TS400-CUTOFF SA W/RI046
610 13210 LEICA LEICA R31.147-2005 ROTATE LASER/R1046
610 13211 LEICA LEICA R31.148 - BUILDING LEVEL
. 13212 LEICA LEICA R31 149-BUILDING LEVEL
13213 DAILAGRADE DAILAGRADE R31.150-DG711-PIPE LASER
13214 SPECTRA DG511-7 R31.151-2006 DG511-7 PIPE LASER
610 13215 RYGBY RYGBY R31152-2006 400DG DUAL SLOPE LASER
610 13216 APACHE APACHE R31 153-2006 BULLSEYE 3-MACHINE RECEIVE
610 13217 FOR Z450X R3047-36" BUCKET
610 13218 FOR Z450X R3048-48" BUCKET
610 13219 FOR JD200 R5038-42" BUCKET
610 13223 STIHL STIHL 7.128 STIHL TS700 CUT OFF SAW
610 13224 DEW AL T DEW AL T 3.110 DEWALT D9 6000 WATT GEN SET
610 13233 BS2052 1.140 - 2" SUB PUMP
610 13234 TS400 7 129 - TS400 CUT OFF SAW
610 13235 DG711 31.155 - PIPE LASER
610 13236 LINCOLN RANGER 250 1826 - LINCOLN WELDER
610 13250 WACKER BS60-21 4 55 - WACKER BS50-21 JUMPING JACK
610 13251 WACKER BS60-21 456 - WACKER BS60-21 PLATE COMPACTOR
610 13252 LINCOLN LINCOLN 1827 - LINCOLN RANGER 250 WELDER
610 13262 TRIMBLE S6-DR300 36.17 - TRIMBLE S6-DR300 3" ROBOTIC STN
610 13271 RIGID RIDID 27.2 - RIGID 535M PIPE THREADER W/STAND
610 13272 TRENCOR Tl060HD 1194 - TRENCOR Tl 060HD CHAIN TRENCHER
610 13320 JD JOHN DEERE 5041 - JD 12" DIGGING BUCKET
610 13321 JD JOHN DEERE 5042 - JD 18" DIGGING BUCKET
610 13322 JD JOHN DEERE 5043 - JD 48" BAILING BUCKET
610 13325 AMERICAN AMERICAN 30.117 - AMERICAN DC24BWP COMP WHEEL
610 13328 JD 310SG 5044 - JD 24" 31 OSG BUCKET
610 13329 JD 310SG 5045 - JD 24" 310SG BUCKET
610 13330 WDS GANNON WDSGANNON 5046 - WDS GANNON 12" JD31 OSG BUCKET
610 13331 WDS GANNON 310SG 5047 - WDS GANNON 36" JD31 OSG BUCKET
~ 13334 WELDCO BEA WELDCO BEA 5040 - WE 36" JD450 CLC BUCKET
13336 WELDCO BEA WELDCO BEA 5039 - WE 36" JD450 CLC ROCK BUCKET
13341 GRASSHOPPE 223/52 1196 - GRASSHOPPER 223/52 LAWN MOWER
610 610.240 10852 SPECTRA LLSOO ROT A TING LASER
610 610.240 13387 SPECTRA LL500 SPECTRA LASER LLSOO
DOSSIer Mamtenance Software lnDROOOOOO141-070130
Parsons Con/rue/IOn Group
User Defined Report Page 470f61
Units Report: Unit List Date 01/30/07 at I :27 PM Eastern .
Category
Series Unit # Make Model Description
610 610.310 10001 BS2102 SUB PUMP 3"
610 610310 10067 BS2052 1.37E - 2'''' SUB PUMP
610 610.410 13344 O'LEARY 1195 - O'LEARY EPOXY MACHINE
620 10123 R7016E - 8 X 20 STEEL SHEET
620 10124 70 19E - 8 X 20 STEEL SHEET
620 10125 7023E - 8 X 20 STEEL SHEET
620 10126 R7035E - 8 X 20 STEEL SHEET
620 10127 R7037E - 8 X 20 STEEL SHEET
620 10128 7038E - 8 X 20 STEEL SHEET
620 10129 R7048E - 8 X 20 STEEL SHEET
620 10130 7074E -7.10 X 20 STEEL SHEET
620 10131 7086E - 8 X 20 SHEET
620 10132 7088E - 8 X 20 STEEL SHEET
620 10133 R7096E - 8 X 20 STEEL SHEET
620 10134 R7097E - 8 X 20 STEEL SHEET
620 10316 3SH - 3 STEEL SHEETS (UNSPFD SIZE)
620 10349 4SH - 4 STEEL SHEETS (UNSPFD SIZE)
620 10363 5SH - 5 STEEL SHEETS (UNSPFD SIZE)
620 10830 10SH - 10 STEEL SHEETS (UNSPFD SIZE)
620 11506 7001 - 8 X 13 STEEL SHEET
620 11507 7002 - 8 X 13 STEEL SHEET
620 11508 7003 - 8 X 13 STEEL SHEET
620 11509 7004 - lOX 20 STEEL SHEET
620 11510 7005 - 10 X 20 STEEL SHEET
620 11513 7008 - 8 X 20 STEEL SHEET
620 11514 7009 - 8 X 20 STEEL SHEET .
620 11515 7010 - 8 X 20 STEEL SHEET
620 11516 7011 - 8 X 20 STEEL SHEET
620 11517 7012 - 8 X 20 STEEL SHEET
620 11518 7013 - 8 X 20 STEEL SHEET
620 11519 7014 - 6 X 20 STEEL SHEET
620 11520 7015 - 8 X 20 STEEL SHEET
620 11521 7017 - 8 X 20 STEEL SHEET
620 11522 7018 - 8 X 10 STEEL SHEET
620 11523 7020 - 8 X 20 STEEL SHEET
620 11524 7021 - 8 X 20 STEEL SHEET
620 11525 7022 - 8 X 20 STEEL SHEET
620 11526 7024 - 8 X 20 STEEL SHEET
620 11527 7025 - 8 X 20 STEEL SHEET
620 11528 7026 - 8 X 20 STEEL SHEET
620 11529 7027 - 8 X 20 STEEL SHEET
620 11530 7028 - 8 X 20 STEEL SHEET
620 11531 7029 - 8 X 20 STEEL SHEET
620 11532 7030 - 8 X 20 STEEL SHEET
620 11533 7031 - 8 X 20 STEEL SHEET
620 11534 7032 - 8 X 20 STEEL SHEET
620 11535 7033 - 8 X 20 STEEL SHEET
620 11536 7034 - 8 X 20 STEEL SHEET
620 11537 7036 - 8 X 20 STEEL SHEET
620 11538 7039 - 8 X 20 STEEL SHEET
620 11539 7040 - 8 X 20 STEEL SHEET
620 11540 7041 - 8 X 20 STEEL SHEET
620 11541 7042 - 8 X 20 STEEL SHEET
620 11542 7043 - 8 X 20 STEEL SHEET .
620 11543 7044 - 8 X 20 STEEL SHEET
620 11544 7045 - 8 X 20 STEEL SHEET
620 11545 7046 - 8 X 20 STEEL SHEET
620 11546 7047 - 8 X 20 STEEL SHEET
DOSSier Mamtenance Software UDROOOOOO141-070130
Parsons Con/rue/ion Group
User Defined Report
Units Report: Unit List
eegory Series Unit #
620 11547
620 11548
620 11549
620 11550
620 11551
620 11552
620 11553
620 11554
620 11555
620 11556
620 11557
620 11558
620 11559
620 11560
620 11561
620 11562
620 11563
620 11564
620 13186
620 13192
620 620 11565
620 620 11566
620 620 11567
620 620 11568
620 620 11569
. 620 11570
620 11571
620 11572
620 620 11573
620 620 11574
620 620 11575
620 620 11576
620 620 11577
620 620 11578
620 620 11579
620 620 11580
620 620 11581
620 620 11582
620 620 11583
620 620 11584
620 620 11585
620 620 11586
620 620 11587
620 620 11588
620 620 11589
620 620 11590
620 620 11591
620 620 11592
620 620 11593
620 620 11594
620 620 11595
620 620 11596
620 620 11597
t 620 11598
620 11599
620 11600
620 620 11601
620 620 11602
DOSSier Mamtenance Software
Page 48 of 61
Date 01/30/07 at I 27 PM Eastern
Make
Model
Description
7049 - 8 X 20 STEEL SHEET
7050 - 8 X 20 STEEL SHEET
7051 - 8 X 20 STEEL SHEET
7052 - 8 X 20 STEEL SHEET
7053 - 8 X 12 STEEL SHEET
7054 - 8 X 15 STEEL SHEET
7055 - 8 X 20 STEEL SHEET
R7056 - 8 X 20 STEEL SHEET
7057 - 8 X 20 STEEL SHEET
7058 - 8 X 20 STEEL SHEET
7059 - 8 X 20 STEEL SHEET
7060 - 8 X 8 STEEL SHEET
7061 - 8 X 20 STEEL SHEET
7062 - lOX 10 3/4' STEEL SHEET
7063 - 8 X 15 STEEL SHEET
7064 - 7 X 10 3/4' STEEL SHEET
7065 - 8 X 10 X 12 STEEL SHEET
7066 - 7 X 10 STEEL SHEET
9SHI010 - 9 STEEL SHEETS 10 X 10
10SHI01O - 10 STEEL SHEETS 10 X 10
7067 - 8 X 20 STEEL SHEET
7068 - 8 X 13 3/4' STEEL SHEET
7069 - 8 X 20 STEEL SHEET
7070 - 8 X 20 STEEL SHEET
7071 - 8 X 13 STEEL SHEET
7072 - 8 X 20 STEEL SHEET
7073 - 8 X 21 1/2' STEEL SHEET
7075 - 8 X 20 STEEL SHEET
7076 - 8 X 20 STEEL SHEET
7077 - 8 X 12 STEEL SHEET
7078 - 8 X 20 STEEL SHEET
7079 - 8 X 18 3/4' STEEL SHEET
7080 - 8 X 19 STEEL SHEET
7081 - 8 X 20 STEEL SHEET
7083 - 8 X 9 1/2' STEEL SHEET
7085 - 8 X 20 STEEL SHEET
R7086 - 5 X 8 STEEL SHEET
7087 - 5 X 8 STEEL SHEET
7089 - 8 X 20 STEEL SHEET
7090 - 8 X 20 STEEL SHEET
7091 - 8 X 20 STEEL SHEET
7092 - 8 X 20 STEEL SHEET
7093 - 8 X 20 STEEL SHEET
7094 - 8 X 20 STEEL SHEET
7095 - 8 X 20 STEEL SHEET
7098 - 8 X 20 STEEL SHEET
7099 - 8 X 20 STEEL SHEET
7100 - 8 X 20 STEEL SHEET
7101 - 8 X 20 STEEL SHEET
7102 - 8 X 20 STEEL SHEET
7103 - 8 X 20 STEEL SHEET
7104 - 8 X 20 STEEL SHEET
7105 - 10 X 201 1/4' STEEL SHEET
7106 - 8 X 20 STEEL SHEET
7107 - 8 X 20 STEEL SHEET
7108 - 8 X 20 STEEL SHEET
7109 - 8 X 20 STEEL SHEET
7110 - 8 X 20 STEEL SHEET
UDROOOOOOI41-070130
Parsons Controction Group
User Defined Report Page- 49 of 61
Units Report: Unit List Date 01130/07 at 1.27 PM Eastern .
Category
Series Unit # Make Model Description
620 620 11603 7111 - 8 X 20 STEEL SHEET
620 620 11604 7112 - 8 X 20 STEEL SHEET
620 620 11605 7113 - 8 X 20 STEEL SHEET
620 620 11606 7114 - 8 X 20 STEEL SHEET
620 620 11607 7115 - 8 X 20 STEEL SHEET
620 620 11608 7116 - 8 X 20 STEEL SHEET
620 620 11609 7117 - 8 X 20 STEEL SHEET
620 620 11610 7118 - 8 X 20 STEEL SHEET
620 620 11611 7119 - 8 X 20 STEEL SHEET
620 620 11612 7120 - 8 X 20 STEEL SHEET
620 620 11613 7121 - 8 X 20 STEEL SHEET
620 620 11614 7122 - 8 X 20 STEEL SHEET
620 620 11615 7123 - 8 X 20 STEEL SHEET
620 620 11616 7124 - 8 X 20 STEEL SHEET
620 630 12168 9105 - STORAGE CONTAINER 24'(HA WAIl)
620 630 12221 40' HIGH C 9179 - 40' CONTAINER
630 10039 R905E - CONTAINER 40' (HANFORD)
630 10064 995E - STORAGE V AN YARD CNTNR 20'
630 10578 R992 - SHOP-STRG V AN YARD CNTNR 40'
630 13346 CONTAINER 40'
630 13428 HYUNDAI HDIAA831 40' CONNEX
630 630 10139 9109E - CONTAINER 24'
630 630 10140 R9110E - CONTAINER 24'
630 630 10142 R9116E - CONTAINER 24'
630 630 10143 R9117E - CONTAINER 24'
630 630 10144 R9118E - CONTAINER 24' .
630 630 10145 9119E - CONTAINER 24'
630 630 10146 R9120E - CONTAINER 24'
630 630 10147 R9121E - CONTAINER 24'
630 630 10148 9122E - CONTAINER 24'
630 630 10149 R9123E - CONTAINER 24'
630 630 10150 R9124E - CONTAINER 24'
630 630 10151 R9125E - CONTAINER 40'
630 630 10519 N/A R919 - STORAGE CONTAINER 20'
630 630 10525 STRG SOLD R937 - STRG CONTAINER VAN 20'
630 630 10526 STRG SOLD R938 - STRG CONTAINER VAN 20'
630 630 10527 STRG SOLD R939 - STRG CONTAINER V AN 20'
630 630 10542 STRG R956 - STRG CONTAINER V AN 24'
630 630 10568 982 - SHOP-STRG V AN YARD CNTNR 40'
630 630 10569 R983 - SHOP-STRG V AN YARD CNTNR 30'
630 630 10570 SOLD R984 - SHOP-STORAGE V AN 20'
630 630 10571 985 - SHOP-STORAGE VAN 20'
630 630 10572 986 - SHOP-STORAGE VAN 20'
630 630 10573 R987 - SHOP-STRG VAN YARD CNTNR 20'
630 630 10579 SOLD R993 - SHOP-STRG VAN YARD CNTNR 4
630 630 10580 994 - SHOP-STRG VAN YARD CNTNR 40'
630 630 10581 R995 - HI -STRG V AN YARD CNTNR 20'
630 630 10582 R996 - SHOP-STRG V AN YARD CNTNR 20'
630 630 10583 R997 - SHOP-STRG VAN YARD CNTNR 20'
630 630 10584 R998 - SHOP-STRG VAN YARD CNTNR 20'
630 630 12163 R9100 - CONTAINER VAN 20'
630 630 12164 R9101- CONTAINER VAN 20'
630 630 12169 9106 - STORAGE CONTAINER 24'
630 630 12183 R9140 - TEXU 40' CONTAINER .
630 630 12185 OOLU 9142 - NW CONTAINER 40'
630 630 12200 9157 - CONTAINER 20'
630 630 12201 9158 - CONTAINER 20'
630 630 12202 9159 - CONTAINER 20'
DOSSier Mamtenance Software UDROOOOOO 141-070 130
Parsons Contruction Group
User Defined Report Page 50 of 61
Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern
eegory Series Unit # Make Model Description
630 630 12203 R9160 - 40' CONTAINER TRAILER
630 630 12219 20' R9177 - CONTAINER 20'
630 630 12222 40' HIGH C 9180 - 40' CONTAINER
630 630 12223 40' HIGH C 9181 - 40' CONTAINER
630 630 12235 R9193 - CONTAINER 20'
630 630 12236 R9194 - CONTAINER 40'
630 630 12237 R9195 - 40' CONTAINER
630 630 12238 9197 - 40' CONTAINER
630 630 12240 R9199 - STRG CONTAINER 20'
630 630 13202 CONTAINER R9205 - 40' CONTAINER/CORP
630 630 13340 9207 - 20' CONNEX
640 10011 R803E - TENNANT SWEEPER (HI)
640 10430 ATHEY M9 MOBILE SWEEPER M9
640 10431 ROSCO RB48 SWEEPER RB48
640 10435 ROSCO RB48 R806 - ROSCO RB48 SWEEPER
640 13319 TYMCO TYMCO 8959 - TYMCO 435 REGEN AIR ST SWEEPER
640 640.110 10432 ROSCO RB48 BROOM RB48
640 640 11 0 10434 ROSCO RB48 R805 - ROSCO RB48 SWEEPER
640 640.110 10437 ROSCO RB48 R809 - ROSCO RB48 BROOM
640 640.120 13386 TYMCO 435 TYMCO REGENERATIVE ST. SWEEPER
650 10040 BENLEE T A60MDD45 R910E - BENLEE TA60MDD45 ROLL-OFF TLR
650 10041 BENLEE TA60MDD45 R911E - BENLEE TA60MDD45 ROLL-OFF TLR
650 10042 BENLEE T A60MDD45 R912E - BENLEE TA60MDD45 ROLL-OFF TLR
650 10043 BENLEE T A60MDD45 R913E - BENLEE TA60MDD45 ROLL-OFF TLR
650 10044 BENLEE T A60MDD45 R914E - BENLEE TA60MDD45 ROLL-OFF TLR
. 10045 BENLEE TA60MDD45 R915E - BENLEE TA60MDD45 ROLL-OFF TLR
10046 BENLEE T A60MDD45 R916E - BENLEE TA60MDD45 ROLL-OFF TLR
10047 BENLEE T A60MDD45 921E - BENLEE TA60MDD45 ROLL-OFF TLR
650 10048 BENLEE TA60MDD45 922E - BENLEE T A60MDD45 ROLL-OFF TLR
650 10049 BENLEE T A60MDD45 923E - BENLEE TA60MDD45 ROLL-OFF TLR
650 10050 BENLEE TA60MDD45 924E - BENLEE TA60MDD45 ROLL-OFF TLR
650 10051 BENLEE T A60MDD45 925E - BENLEE T A60MDD45 ROLL-OFF TLR
650 10052 BENLEE T A60MDD45 926E - BENLEE T A60MDD45 ROLL-OFF TLR
650 10053 BENLEE T A60MDD45 927E - BENLEE T A60MDD45 ROLL-OFF TLR
650 10054 BENLEE TA60MDD45 R928E - BENLEE T A60MDD45 ROLL-OFF TLR
650 10055 BENLEE T A60MDD45 929E - BENLEE T A60MDD45 ROLL-OFF TLR
650 10056 BENLEE T A60MDD45 930E - BENLEE T A60MDD45 ROLL-OFF TLR
650 10057 BENLEE T A60MDD45 931 E - BENLEE T A60MDD45 ROLL-OFF TLR
650 10059 FHF TD-20-25 T R942E - FHF AIR TILT BED TRAILER
650 10060 PINES DECONT AMIN SOLD 950E - PINES 40' DECON TRAILER
650 10061 TIPMTE DECONTAMIN 951E - TIPMTE 10' DECON TRAILER
650 10062 TRAILMAX T-12-UT TI 953E - TRAILMAX 16'TILTBED TRAILER
650 10141 INGERSOL R PI 85WJD R9112E - IRAIR COMP
650 10152 R9126E - UTILITY 46' TRAILER
650 10153 EVERGREEN 9129E - EVERGREEN OFFICE TRAILER
650 10157 T A60MDD45 R9175E - BENLEE T A60MDD45 ROLL-OFF TR
650 10507 TKWLD PTERS-4 900 - TKWLD PUP 4 AXLE END-DUMP
650 10508 TKWLD PTERS-4 901 - TKWLD PUP 4 AXLE END-DUMP
650 10509 TKWLD PTERS-4 SOLD 902 - TKWLD PUP 4 AXLE END-DUMP
650 10510 TKWLD PTERS-3 903 - TKWLD PUP 3 AXLE END-DUMP
650 10511 ALLOY 33'VANTRLR
650 10512 PRLS PONY 905 - PRLS PONY 3 AXLE END-DUMP
650 10513 PRLS PONY 906 - PRLS PONY 3 AXLE END-DUMP
650 10514 STDYW DS46SAL 907 - STDYW DS46SAL 4 AXLE DUMP TRLR
. 10515 RANCO 20-42-3 (R 908 - RANCO BELLY DUMP TRAILER
10516 20MK8.2.S R909 - SHOP-STRG VAN YARD CNTNR 20'
650 10517 ALLOY 28' V AN TRLR
650 10518 ALLOY 33'VANTRLR
Dossier Mamtenance Software UDROOOOOOI41-070130
Parsons Contruction Group
User Defined Report Page 510f61
Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern
Category Series Unit # Make Model Description .-
650 10520 TLCFB R920 - TORKLIFT FLAT-BED
650 10521 EVERGREEN 12X240T R932 - EVERGREEN OFFICE TRLR 12X42
650 10522 ATLS XAS90 DD R934 - A TLS COPCO AIR COMP
650 10524 ADDCO R936 - ADDCO MESSAGE BOARD
650 10528 TRAILKING TKT50 TILT TRAILER
650 10529 941 -
650 10530 FHF TD-20-25 T 942 - FHF AIR TILT BED TRAILER
650 10531 TRAILKING TK60 R943 - TK TK60 ELECTC TILT BED--ROLLR
650 10532 ASPEN HG60-3AIL 944 - ASPEN 60 TON 3 AXLE LOWBOY
650 10533 ASPEN 946 - ASPEN 10 TON TAG AXLE
650 10534 LOADKING PHD70/90-2 947 - LOADKING GOOSE NECK TRL
650 10535 FHF R948 - FHF PROJECT V AN TRLR 27'
650 10536 R949 - STORAGE V AN TRAILER (MARK H.)
650 10537 PINES SOLD 950 - PINES 40' DECON TRAILER
650 10538 TIMPTE 951 - TIMPTE DECON TRAILER 10'
650 10539 LOAD KING 253TT TILT 952 - LOADKING 253TT T-BED
650 10540 ASPEN 35 TON R954 - ASPEN JEEP TRAILER
650 10541 LILTEX 15L T-8 955 - LIL TEX TRAILER
650 10543 R957 - UTILITY 34' VAN
650 10547 JOY I 85CFM 961 - JOY I 85CFM JD ENGINE COMPRSR
650 10550 A TLS COPCO COPCO 964 - A TLS COPCO XAS40DDDG CMPRlGNTR
650 10553 MBK EAGER BEA V SOLD R967 - MBK EAGER BEAVER CHIPPER
650 10554 REEVE RKI40 LP 968 - RVS RKI40 LP 140G TAR KETTLE
650 10555 TRAILERABL 969 - TRAILERABLE FUEL TANK
650 10556 BRW 45' PROJECT VAN TRLR
650 10558 FHF 40' PRJCT VAN TRLR .
650 10559 GD R973 - GD PROJECT VAN TRLR 40'
650 10560 FHF R974 - FHF PROJECT V AN TRLR 27'
650 10561 R975 - BRN PRJCT VAN TRLR 27' (ORANGE
650 10562 R976 - OB OFFICE TRAILER 28'
650 10563 32XIO R977 - MIC OFFICE TRLR 32'
650 10564 978 - CRG TOOL & EQMNT TRLR 20'
650 10565 979 - FUEL TRAILER 8'
650 10566 980 - CLK SHOP-STORAGE V AN TRLR 40'
650 10567 ALLOY ATVT43.5 43' PROJECT VAN TRLR
650 10574 SF2F400A61 R988 - BDD PRJCT VAN CNTNR 40'
650 10575 BLASER R989 - BLASER OFFICE TRAILER 48'
650 10576 EVERGREEN 990 - EVGN OFFICE TRAILER 32'
650 10577 ELDEN R991 - ELDEN OFFICE TRAILER IOX42
650 10585 DORSEY AIDT-203 R999 - DORSEY PROJECT V AN
650 12166 12X56 R9103 - OFFICE TRAILER 12X56
650 12167 9104 - ASPHALT ZIPPER TRAILER (HI)
650 12170 SOLD R91 07 - GREAT DANE 42' TRAILER
650 12171 R9108 - UTILITY TRAILER 40'
650 12172 JOE 4 x 8 UTILITY TRAILER
650 12174 DBL WIDE R9114 - BLAZER DBLIW OFFICE TRAILER
650 12175 IOX42 R9115 - OFFICE TRAILER IOX42
650 12176 R9127 - STORAGE VAN 40'
650 12177 R9128 - TRAILER FOR ASPHALT ZIPPER
650 12178 R9130 - GREAT DANE STORAGE TRLR
650 12179 R9131 - TRAILER FOR ASPHALT ZIPPER
650 12180 DORSEY TRLR, 77'
650 12181 XAS96 R9138 - ATLAS COPCO AIR COMPo
650 12182 9139 - MILLER 20X56 OFFICE TRLR .
650 12184 TWIOI 9141 - WELLS CARGO TRAILER 10'
650 12187 R9144 - CONTAINER 20'
650 12188 R9145 - NW CONT 20' CONTAINER
650 12189 R9146 - CONTAINER 20'
DOSSier Mamtenance Software UDROOOOOOI41-070130
Parsons Con/ruc/lOn Group
User Defined Report Page 520f61
Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern
etegory Series Unit # Make Model Description
650 12190 DOUBLE WID 9147 - BLAZER OFFICE TRAILER
650 12191 5-14TILT STOLEN 9148 - TNT TILT TRAILER
650 12192 9149 - STORAGE CONTAINER 40'
650 12193 28' R9150 - UTILITY TRAILER 28'
650 12194 4X8 UTILIT 9151 - BIG TEX 4X8 TRAILER
650 12195 T-12-UT R9152 - TRAILMAX UTILITY TRAILER
650 12196 FLATBED R9153 - FRUEHAUF FLTBD TRAILER 44'
650 12199 TRAILKING TKT12U R9156 - TRAILKING TRAILER
650 12204 DBL WIDE 0 9161 - EVERGREEN DBL WD TRAILER
650 12207 UTILITY 9164 - EAGLE TRAILER
650 12208 HITACHI MIXER 9165 - WHITEMAN CEMENT MIXER
650 12209 18FT R9166 - HlW A Y TRAILERS
650 12210 9167 - MULTI-QUIP TRAILER
650 12211 TRAIL-MAX T-112-UT R9168 - TRAIL-MAX TILT TRAILER
650 12212 WHITEMAN 9169 - WHITEMAN TRAILER
650 12213 WHITEMAN 9170 - WHITEMAN TRAILER
650 12214 DS48SA 9171 - STRDYWLD 4 AXLE PUP TRAILER
650 12215 TRAILKING TKT50-283 R9172 - TRAILKING TILT TRAILER
650 12216 FX30 R9173 - DITCH WITCH V ACTOR TRAILER
650 12217 B250 R9174 - BANDIT CHIPPER
650 12218 10X32 R9176 - NW BLDG SYSTEM TRAILER
650 12226 WELLS 16' R9184 - WELLS CARGO 16' TRAILER
650 12227 EVERGREEN 12X42 9185 - EVERGREEN 12X42 OFFICE TRLR
650 12230 NWC CDS-EA-40F R9188 - NWC 40' CONTAINER
650 12231 TRAIL KING TKT50 R9189 - TRAIL KING TKT50 TILT TRLR
4~ 12233 TRAILMAX T12UT R9191 - TRAILMAX 12 TON TILT TRAILER
12234 MA YCO LST30-60 R9192 - MA YCO CONCRETE PUMPER
12241 OS816 R9200 - BLAZER 8X16 OFFICE TRAILER
650 12242 STRUDYWELD 4 AXLE 9201 - STURDYWELD 4 AXLE PUP TRAILER
650 12243 STRUDYWELD 4 AXLE 9202 - STURDYWELD 4 AXLE PUP TRAILER
650 12244 WILLIAMS S 48X60 9203 - WILLIAMS SCOTSMAN 4W 0 TRAILER
650 12245 INTERSTATE 8.5'X 18' R9204 - INTERSTATE CARGO TRAILER
650 13195 96X60 9196J - 96' X 60' OFFICE TRAILER
650 13263 TRAIL KING TRAIL KING 9206 - TRAIL KING TILT TRAILER
650 13343 WHITLEY 14X60 9208 - WHITLEY 14X60 OFFICE TRAILER
650 650.11 0 10557 R971 - PROJECT V AN TRAILER 40'
650 650.11 0 12220 HITACHI 4 WIDE 9178 - WHITE 4 WIDE OFFICE TRAILER
650 650.11 0 13170 885 900 - 900 PONY A TICH TO R885
650 650.110 13171 886901 - 901 PONY ATICH TO R886
650 650.11 0 13172 887.902 - 902 PONY A TTCH TO R887
650 650.11 0 13350 FRUEHAUF V AN TRAILER 48' INDUST / MECH
670 10037 KENWORTH T800 R882E - KENWORTH T800 DUMP
670 10038 PRLS PONY 903E - PRLS PONY 3 AXLE END-DUMP
670 10076 FORD FI50 lOOSE - FD F150 PIU (DAN LEGARD)
670 10080 FORD F350 Rl 031 E - FD F350 MECHANIC'S TRUCK
670 10081 FORD F350 IT 1032E - FD F350 PIU
670 10082 FORD F350 1 035E - FD F350 FLA TBED(HI-FIELD)
670 10083 FORD F-150 R1044E - FD F150 PIU (BARON KANESHIRO)
670 10084 FORD RANGER TRK, PIU
670 10085 FORD RANGER RI053E - FD RANGER (B CALLAHAN)
670 10086 FORD FI50 R1055E - FD FI50 PIU (R. FONTANILLA)
670 10087 FORD F47-SUPER RI074E - FD F-SD PIU
670 10088 FORD R150 XLT RI089E - FD F150 XLT PIU
~~ 10089 FORD RANGER R1093E - FD RANGER
10090 FORD F250 1095E - FD F250 PIU
10091 FORD F150XLT 1099E - FD FI50 XLT PIU
670 10160 FORD EXPLORER RI0I00E - FD EXPLORER
670 10161 FORD F150 RI0I02E - FD F150 PIU
Dossier Mamtenance Software lnDROOOOOO141-070130
Parsons Contruction Group
User Defined Report Page 53 of 61
Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern .
Category Series Unit # Make Model Description
670 10162 FORD RANGER RIOl76E - FD RANGER (SPARE)
,
670 10453 AUTOCAR ACL64B SOLD 844 - AUTOCAR ACL64B ROLL-OFF TR
670 10454 AUTOCAR ACL64B SOLD 845 - AUTOCAR ACL64B ROLL-OFF TR
670 10753 FORD EXPEDITION 1000 - FD EXPEDITION (MIKE KERBY)
670 10754 CHEVROLET 3/4T 1003 - CHEVY PIU (HI)
670 10755 FORD FI50XLT PIU
670 10756 FORD FI50XL TOTALED RI009 - FD F150 PIU
670 10760 FORD EXPLORER RI011 - FD EXPLORER (SPARE)
670 10761 FORD EXPLORER 1012 - 96 FORD EXPLORER
670 10762 FORD EXPEDITION lOB - FD EXPEDITION (ANDY ALBRECHT)
670 10763 FORD F350 XL RI014 - FD F350 XL PIPETRUCK
670 10764 FORD F-SUPER DU RI015 - FD F-SUPER DUTY (HI SPARE)
670 10765 FORD 800 SER RI016 - FD BROOM - SELF-PROPELLED
670 10766 FORD F250 CREW 1017 - FD F250 4X4 (SPARE)
670 10767 FORD F150 1019-FD F150PlU4X2
670 10768 FORD F150 SOLD 1020 - FD FI50 PIU (SPARE)
670 10769 FORD F150 RI021 - FD F150 PIU
670 10770 FORD EXPLORER 1022 - FD EXPLORER (SPARE)
670 10771 FORD F250 SOLD RI024 - FD F250 PICKUP (SITE TRK)
670 10772 FORD F-SUPER DU SOLD RI025 - FD F-SD PIPE TRK (W GOTTS)
670 10773 FORD F250 RI026 - FD F250 PICKUP (SPARE)
670 10774 FORD FI50XL RI027 - FD FI50 PICKUP (SPARE)
670 1077 5 FORD EXPLORER 1028 - FD EXPLORER (JIM HALL)
670 10778 FORD EXPLORER SOLD 1030 - FD EXPLORER (MIKE H.)
670 10779 FORD F350 RI032 - FD F350 FLATBED .
670 10780 FORD FI50XLT 1034 - FD FI50 XLT PIU 4X4
670 10781 CHEVROLET CR31 RI036 - CHEV CR31 PIU
670 10782 FORD FI50 RI037 - FD F150 PIU
670 10783 FORD FI50 XLT 1038 - FD F150 XLT (BEAU SANDERS)
670 10784 FORD F250 XL T RI039 - FD F250 XL T PIU 4X4 (SPARE)
670 10785 FORD FI50 XL SOLD 1040 - FD FI50 PIU (DREW RANDOLPH)
670 10786 FORD F150 RI041 - FD FI50XL PIU (ST SITE TRK)
670 10787 FORD F150 RI042 - FD FI50 PIU (BILLY BINZ)
670 10788 FORD FI50 1043 - FD FI50 PIU (KURT DRESSEN)
670 10789 FORD F-SUPER DU RI046 - FD F-SUPER DUTY (SPARE)
670 10790 FORD F150 SOLD RI048 - FD FI50 PIU (B. ULRICH)
670 10791 FORD VAN RI049 - FD 3/4 TON SURVEY V AN
670 10794 FORD F750 RI051 - FD F750 FLATBED DUMP
670 10795 FORD F150 RI052 - FD FI50 PIU (SPARKY)
670 10796 FORD RANGER 1054 - FD RANGER PIU (MARY ECKLES)
670 10797 CHEVROLET I TON SOLD RI056 - CHEV FLATBED (OREGON SPA
670 10798 CHEVROLET I TON RI057 - CHEV I TON PIU
670 10799 FORD FI50 1059 - FD F150 PIU
670 10800 FORD FI50 SOLD RI060 - FD FI50 4X4 PIU (SPARE)
670 10801 FORD FI50 1061 - FD FI50 PIU
670 10802 FORD FI504X4 RI062 - FD FI50 PIU (JAMES KAAN)
670 10803 FORD EXPEDITION RI063 - FD EXPEDITION
670 10804 FORD ECONOLINE SOLD Rl 064 - FD SAFETY VAN (RHONDA W A
670 10805 FORD F-SUPER DU RI065 - FD F-SUPER DUTY (STAN SALBEDO)
670 10806 FORD F600 SOLD RI066 - FD F600 FUEL TK WIl400G TNK
670 10807 FORD EXPLORER 1068 - FD EXPLORER (SPARE)
670 10808 FORD F600 RI069 - FD F600 2T FLATBED
670 10809 FORD F600 SOLD RI070 - FD F600 2T FLATBED .
670 10810 CHEVROLET CC79042 RI071 - CHEV 5YD DUMP
670 10811 FORD F150 RI072 - FD F150 PIU 4X2
670 10812 FORD F150 1073 - FD F150 PIU 4X2 (MIKE MILLER)
670 10813 CHEVROLET 1500 SOLD RI077 - CHEV 1500 PIU (SITE TRUCK)
670 10814 FORD F150 RI078 - FD F150 PIU (GREG KOWOLSKI)
Dossier Maintenance Software UDROOOOOOI41-070130
Parsons ContructlOn Group
User Defined Report Page 540f61
Units Report: Unit List Dale 01/30/07 at I 27 PM Eastern
.tegory Series Unit # Make Model Description
670 10815 FORD RANGER RI079 - FD RANGER
670 10816 C70 RI 080 - GMC C70 FLATBED
670 10817 FORD F-SUPER DU SOLD RI081 - FD F-SUPER DUTY
670 10818 FORD F-SUPER DU RI082 - FD F-SUPER DUTY
670 10819 C70 RI083 - GMC C70 FLATBED
670 10820 FORD FI50 RI084 - FD FI50 PIU
670 10821 FORD FI50 XLT 1086 - FD FI50 XLT PIU (GLENN P.)
670 10822 FORD FI50XL RI087 - FD FI50XL PIU
670 10823 FORD FI50XL 1088 - FD FI50XL PIU
670 10824 FORD FI50XL RI090 - FD FI50 XL PIU (Baron K)
670 10825 FORD F250XL RI091 - FD F250XL
670 10826 FORD F250 XL SOLD RI092 - FD F250 PIU
670 10827 FORD RANGER 1094 - FD RANGERPIU
670 10828 FORD FI50XLT RI096 - FD FI50XLT PIU
670 10829 FORD FI50XL RI098 - FD FI50XL PIU
670 12376 FORD FI50 RIOI03 - FD FI50 PIU
670 12377 FORD EXPLORER 10104 - FD EXPLORER (TERRY GUISINGER)
670 12378 FORD EXPLORER 10105 - FD EXPLORER
670 12379 FORD EXPLORER RIOI06 - FD EXPLORER
670 12380 FORD FI50 RIOI07 - FD FI50 PIU (RYAN HEATHERS)
670 12381 FORD FIsO 10108 - FD FIsO PIU (SPARE)
670 12382 FORD FIsO 10109 - FD FIsO PIU (SPARE)
670 12383 FORD EXPLORER SOLD RIOIIO - FD EXPLORER
670 12384 FORD FI50 10111 - FD FI50 PIU (DAVID DICKINSON)
670 12385 FORD FIsO RI01l2 - FD FIsO PIU
670 12386 MERCEDES IL430 10113 - MERCEDES-BENZ (J ROBISON)
. 12387 FORD FIsO 10114 - FD FIsO PIU (DICK WHITESIDE)
12388 FORD EXPLORER lOllS - FD EXPLORER
670 12389 FORD RANGER RIOl16 - FD RANGER 4X4
670 12390 FORD RANGER RIOl17 - FD RANGER4X4
670 12391 FORD F 150 RIOl18 - FD FIsO 4X4
670 12392 FORD FIsO 10119 - FD FIsO PIU (SPARE)
670 12393 FIsO 10120 -
670 12394 FORD F350 RIOl21 - FD F3s0 PIPE TRUCK
670 12395 FORD FIsO RIOl22 - FD FIsO PIU
670 12396 FORD FIsO 10123 - FD FIsO PIU (DAVE MOHN)
670 12397 FORD EXPLORER 10124 - FD EXPLORER (SPARE)
670 12398 FORD FIsO RIOl25 - FD FIsO PIU
670 12399 FORD FIsO RIOl26 - FD FI50 PIU (JOHN AHRENS)
670 12400 FORD FIsOXLT RIOI27-FD FIsO XLT (BRYAN FORD)
670 12401 FORD EXPLORER RIOl28 - FD EXPLORER
670 12402 FORD FIsO 10130 - FD FIsO PIU
670 12403 FORD FIsO RIOl32 - FD FIsO PIU (C BRAY)
670 12404 FORD EXPEDITION 10133 - FD EXPEDITION (RALPH MASON)
670 12405 FORD FIsOXL 10134 - FD FIsOXL (HARVEY MARTIN)
670 12406 FORD F4s0XL RI013s - FD F450XL PICKUP (SPARE)
670 12407 CADILAC ESCALADE 10136 - CADILAC ESCALADE (MARK ROBISO
670 12408 MERCEDEZ BENZ 10137 - MERCEDES BENZ (HI)
670 12409 FORD EXPLORER SOLD 10138 - FD EXPLORER (MARK HANKEL
670 12410 FORD FIsO RI0139 - FD FIsO PIU
670 12411 FORD F700 RIOl40 - FD F700 SPRAY VAN
670 12412 FORD FIsO RIOl41 - FD FI50 PIU
670 12413 FORD EXPEDITION SOLD 10142 - FD EXPEDITION (V. SUlTONUR)
670 12414 FORD FI50 10143 - FD FI50 PIU
. 12415 FORD FIsO 10144 - FD FI50 PIU (GEORGE LEIGHTON)
12416 FORD FIsO 10145 - FD FI50 PIU (DON LEIGHTON)
670 12417 FORD FI50 RIOl46 - FD FI50 PIU
670 12418 FORD EXPLORER 10147 - FD EXPLORER (BENSON KRULL)
DOSSIer Maintenance Software UDROOOOOOI41-070130
Parsons Contruction Group
User Defined Report Page 55 of 61
Units Report: Unit List Date 01/30/07 at 1:27 PM Eastern
Category Series Unit # Make Model Description .
670 12419 FORD EXPLORER 10148 - FD EXPLORER (LAUREN ROBISON)
670 12420 FORD EXPLORER RI0149 - FD EXPLORER
670 12421 FORD F150 RI0150 - FD F150 PIU
670 12422 FORD F150 RI0151 - FD F150 PIU
670 12423 FORD FI50 RI0152 - FD F150 PIU
670 12424 FORD F150 RI0153 - FD F150 PIU
670 12425 FORD F150 RI0154 - FD F150 PIU (KEVIN BUNTING)
670 12426 FORD F150 10155 - FD F150 PIU
670 12427 FORD F150 RI0156 - FD F150 PIU
670 12428 FORD F150 RI0157 - FD F150 PIU (SHANNON PHIPPS)
670 12429 FORD FI50 RI0158 - FD F150 PIU
670 12430 CHEVROLET TAHOE 10159 - CHEVY TAHOE (MARK HEINTZ)
670 12431 FORD EXPEDITION SOLD 10160 - FD EXPEDITION (PETE WOLD)
670 12432 FORD F150 RI0161-FDFI50PIU(KLYNCH)
670 12433 FORD F150 RI0162 - FD FI50 PIU
670 12434 FORD FI50 RIOl63 - FD F150 PICKUP
670 12435 FORD FI50 RIOI64 - FD F150 PICKUP
670 12436 FORD FI50 10165 - FD FI50 PICKUP
670 12437 FORD FI50 RI0166 - FD F150 PICKUP
670 12438 FORD EXPLORER RI0167 - FD EXPLORER
670 12439 44HSE 10168 - RANGE ROVER (MARK R.)
670 12440 FORD EXPEDITION 10169 - FD EXPEDITION (ANDY A.)
670 12441 FORD FI50 RIOl70 - FRD FI50 4X4 PU
670 12442 CHEVROLET LSI500 RIOl71 - CHEV LSI500 PU (TIM MAINARD)
670 12443 FORD FI50 RIOI72 - FRD F150 PU (LEE SURRAT)
670 12444 FORD FI50 10173 - FD F150 PIU .
670 12445 FORD EXPLORER RI0174 - FD EXPLORER
670 12446 FORD AEROST AR SOLD RI0175 - FD AEROSTAR VAN
670 12447 FORD EXPEDITION SOLD RIO 177 - FD EXPEDITION
670 12448 FORD EI50 RIOl78 - FORD EI50 V AN
670 12449 FORD FI50 XLT RIOl79 - FD FI50 4X4 PIU
670 12450 FORD FI50XLT 10180 - FD F150 PICKUP (MIKE Q.)
670 12451 FORD EXPEDITION SOLD 10181 - FRO EXPEDITION
670 12452 CHEVROLET TAHOE SOLD 10182 - CHEV TAHOE
670 12453 FORD F150 10183 - FD FI50 4X4 PU (GENE W.)
670 12454 4 4 HSE 10184 - LAND ROVER (MWR)
670 12455 FORD FI50 10185 - FRD F150 PICKUP (JOE DAMITZ)
670 12456 FORD EXPLORER 10186 - FRD EXPLORER (GEORGE NORTON)
670 12457 FORD E350 RIOl87 - FD E350 VAN (15 PASSENGER)
670 12458 FORD F150 SUPER RI0188 - FD FI50 4X4 PU (P KELDERHOUSE)
670 12459 FORD FI50 SUPER 10189 - FD F150 4X4 PICKUP
670 12460 FORD FI50 10190 - FD F150 PICKUP (MIKE PECKMAN)
670 12461 FORD FI50 HRTG RIOl91 - FD FI50 PICKUP
670 12462 FORD F150 HRTG I.OT PICKUP
670 12463 FORD F150 HRTG RI0193 - FRD FI50 PICKUP
670 12464 FORD F250 4X4 PIU
670 12465 FORD FI50 RI0195 - FRD F150 PICKUP
670 12466 FORD FI50 HRTG 10196 - FRD F150 4X4 PICKUP (TOM H.)
670 12467 FORD FI50 HRTG RI0197 - FRD FI50 PICKUP
670 12468 FORD FI50 HRTG RI0198 - FD F150 PICKUP (SCOTT NELSON)
670 12469 FORD F150 HRTG RI0199 - FD FI50 4X4 PICKUP
670 12471 FORD FI50 XLT RI0200 - FD FI50 PICKUP
670 12472 FORD F250 RI0201 - FD F250 3/4 TON PU (J MORGADO)
670 12473 FORD FI50 RI0202-FDF150 II2TONPU .
670 12474 FORD FI50 10203 - FD FI50 4X4 PICKUP
670 12475 FORD F150 10204 - FD F150 4X4 PICKUP
670 12476 FORD F150 RI0205 - FD F150 4X4 PICKUP
670 12477 FORD FI50 RI0206 - FD FI50 PICKUP
Dossier Maintenance Software UDROOOOOO 141-070130
Parsons ContructlOn Group
User Defined Report Page 560f61
Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern
etegory Series Unit # Make Model Description
670 12478 FORD F150 RI0207 - FD F150 PICKUP
670 12479 FORD F150 RI0208 - FD F150 PICKUP
670 12480 FORD F150 HRTG RI0209 - FD F150 PICKUP
670 12481 FORD F150 RI0210 - FD F150 PICKUP (ERIC MOLDEN)
670 12482 FORD F150 RI0211 - FD F150 PICKUP
670 12483 FORD F150 RI0212 - FD F150 PICKUP (K MERCURI)
670 12484 FORD F150 RI0213 - FD FI50 PICKUP
670 12485 FORD F150 4X4 10214 - FD F150 PICKUP
670 12486 FORD F150 RI0215 - FD F150 PICKUP (RON WIKA)
670 12487 FORD F150 RI0216 - FRD F150 4X4 PU
670 12488 PLYMOUTH VOYAGER VA 10217 -PLYMOUTH VAN
670 12489 FORD F150 RI0218 - FRD F150 4X4 PU (KEN TANNAHILL
670 12490 FORD EXPLORER 10219 - FD EXPLORER
670 12491 FORD F150 10220 - FD F150 PICKUP
670 12492 FORD EXPLORER R10221 - FD EXPLORER
670 12493 FORD EXPLORER R10222 - FD EXPLORER
670 12494 FORD EXPLORER 10223 - FD EXPLORER
670 12495 FORD F150 RI0224 - FD F150 PU
670 13203 FORD F150 RI0225-F150 TRUCK (JERRY WOOD)
670 13220 FORD F150 10226-2006 FORD F150 PICKUP (TIM DAVIS)
670 13221 FORD F150 10227-2006 FORD F150 PICKUP (B PARKER)
670 13222 FORD F250 10228-FORD F250 XL T 4X4 PU (c. Bell)
670 13231 FORD F250 10229 - FORD F250 4X2
670 13232 SIERRA SIERRA 10230 - GMC SIERRA 3500 DUMP BOX
670 13253 FORD F150 10231 - FORD FI50XL-SC (TIM COX)
. 13255 FORD F250 10233 - FORD F250-SC
13256 FORD F250 10234 - FORD F250-SC
13260 FORD F250 10232 - FORD F250-SC
670 13269 FORD F150 10235 - FORD F150XL 4WD PICKUP
670 13270 FORD F150 10236 - FORD F150XL 4WD PICKUP
670 13279 CHEVROLET CHEVROLET 10272 - CHEVROLET 3/4 TON DUMP TRUCK
670 13280 CHEVROLET CHEVROLET 10273 - CHEVROLET 3/4 TON PICKUP
670 13281 CHEVROLET CHEVROLET 10238 - CHEVROLET 1 TON DUMP TRUCK
670 13282 CHEVROLET CHEVROLET 10239 - CHEVROLET 1 TON DUMP TRUCK
670 13283 CHEVROLET CHEVROLET 10240 - CHEVROLET I TON DUMP TRUCK
670 13284 CHEVROLET CHEVROLET 10241 - CHEVROLET 1 TON DUMP TRUCK
670 13285 CHEVROLET CHEVROLET 10242 - CHEVROLET 2 TON DUMP TRUCK
670 13286 CHEVROLET LUMINA 10243 - CHEVROLET LUMINA
670 13287 CHEVROLET LUMINA 10244 - CHEVROLET LUMINA
670 13288 CHEVROLET LUMINA 10245 - CHEVROLET LUMINA
670 13289 CHEVROLET IMP ALA 10246 - CHEVROLET IMP ALA
670 13290 CHEVROLET IMPALA 10247 - CHEVROLET IMPALA
670 13291 CHEVROLET IMP ALA 10248 - CHEVROLET IMPALA
670 13292 CHEVROLET CHEVROLET 10249 - CHEVROLET 3/4 TON PICKUP
670 13293 CHEVROLET CHEVROLET 10250 - CHEVROLET 3/4 TON PICKUP
670 13294 CHEVROLET CHEVROLET 10251 - CHEVROLET 3/4 TON PICKUP
670 13295 CHEVROLET CHEVROLET 10252 - CHEVROLET 3/4 TON PICKUP
670 13296 CHEVROLET CHEVROLET 10253 - CHEVROLET 1/2 TON PICKUP
670 13297 CHEVROLET CHEVROLET 10254 - CHEVROLET 3/4 TON PICKUP
670 13298 CHEVROLET CHEVROLET 10255 - CHEVROLET 3/4 TON PICKUP
670 13299 CHEVROLET CHEVROLET 10256 - CHEVROLET 3/4 TON PICKUP
670 13300 CHEVROLET CHEVROLET 10257 - CHEVROLET 3/4 TON PICKUP
670 13301 CHEVROLET CHEVROLET 10258 - CHEVROLET 1/2 TON PICKUP
~ 13302 CHEVROLET CHEVROLET 10259 - CHEVROLET 1/2 TON PICKUP
13303 CHEVROLET CHEVROLET 10260 - CHEVROLET 3/4 TON PICKUP
13304 CHEVROLET CHEVROLET 10261 - CHEVROLET 3/4 TON PICKUP
670 13305 CHEVROLET CHEVROLET 10262 - CHEVROLET 3/4 TON PICKUP
670 13306 CHEVROLET CHEVROLET 10263 - CHEVROLET 3/4 TON PICKUP
Dossier Mamtenance Software UDROOOOOOI41-070130
Parsons Con/ruc/lOn Group
User Defined Report Page 57 of 61
Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern .-
Category Series Unit # Make Model Description
670 13307 CHEVROLET CHEVROLET 10264 - CHEVROLET 3/4 TON PICKUP
670 13308 CHEVROLET CHEVROLET 10265 - CHEVROLET 3/4 TON PICKUP
670 13309 CHEVROLET CHEVROLET 10266 - CHEVROLET 3/4 TON PICKUP
670 13310 CHEVROLET CHEVROLET 10267 - CHEVROLET 3/4 TON PICKUP
670 13311 CHEVROLET CHEVROLET 10268 - CHEVROLET 3/4 TON PICKUP
670 13312 CHEVROLET CHEVROLET 10269 - CHEVROLET 3/4 TON PICKUP
670 13313 CHEVROLET CHEVROLET 10270 - CHEVROLET 3/4 TON PICKUP
670 13338 FORD E350XL 10237 - FORD E350XL 15 PASSENGER WAGON
670 670.110 10490 KENWORTH T800B R885 - KENWORTH T800B TRACTOR
670 670.110 10494 KENWORTH T800 889 - KENWORTH TRACTOR (OR)
670 670.110 10498 KENWORTH T800 R893 - KENWORTH TRACTOR T800
670 670.110 12131 KENWORTH 885L - KENWORTH DUMP WI LOWBOY
670 670.11 0 12140 MACK RW713 890L - MCK RW713 TRACTOR & LOWBED
670 670.11 0 12148 KENWORTH T800B 8917 - KENWORTH T800B LOWBOY TRACTO
670 670 110 12151 MACK CL713 891L - MCK CL713 TRACTOR & LOWBED
670 670.110 12160 MACK CL 713 892L - MCK CL713 TRACTOR & LOWBED
670 670.11 0 12161 KENWORTH 893L - KENWORTH & LOWBOY
670 670.120 10035 MACK MS250 R870E - MCK MS250 TOOLS-VAN
670 670.120 10075 FORD F150 RI004E - FD F150 PIU (SURVEY CREW-HI)
670 670.120 10077 FORD F 150 SUPER R1007E - FD F150 4X4 PIU (DON STIEN)
670 670.120 10079 FORD RANGER R1023E - FD RANGER
670 670.120 13228 FORD F250 8942 - FORD F250 4X4 (CW P AGLINA WAN)
670 670.120 13229 FORD F250 8943 - FORD F250 (KRIS HINDS)
670 670.120 13237 FORD F250 8946 - FORD F250 4X4 (J. JUSTISE)
670 670.120 13258 FORD F250 8953 - FORD F250-SC
670 670 120 13259 FORD F250 8954 - FORD F250-SC (JOHN ORR) .
670 670.120 13261 FORD F250 8949 - FORD F250 (P ASH)
670 670.120 13274 FORD F250 8955 - FORD F250 PICKUP (CHRIS TRAINER)
670 670.120 13332 FORD F250 8961 - FORD F250 4X2 PICKUP
670 670.120 13333 FORD F250 8962 - FORD F250 4X2 PICKUP
670 670.120 13347 CHEVROLET SIL VERADO PICKUP SIL VERADO
670 670.120 13348 FORD F250 PICKUP F250 4X2
670 670.120 13351 FORD F250 PICKUP F250 4WD SCSB
670 670.120 13352 FORD F250 PICKUP F250 4WD SCSB
670 670.120 13353 FORD F250 PICKUP F250 4WD SCLB
670 670.1'20 13354 FORD F250 PICKUP F250 4WD SCSB
670 670.120 13355 FORD F250 PICKUP F250 4WD SCSB
670 670.120 13357 FORD EXPLORER EXPLORER XLS 4WD
670 670.120 13360 FORD F250 PICKUP F250 SCSB 4WD
670 670.120 13361 FORD F250 PICKUP F250 SCSB 4WD
670 670.120 13362 FORD F250 PICKUP F250 SCSB 4WD
670 670.120 13366 FORD F250 PICKUP F250 4X4 SC
670 670.120 13367 FORD F250 PICKUP F250 4X4 SC (M JERKOVICH)
670 670.120 13368 FORD F250 PICKUP F250 4X4 SC
670 670.120 13369 FORD F250 PICKUP F250 4X4 SC (BOB LEGER)
670 670.120 13375 FORD F250 PICKUP F250 SUPER DUTY 4WD
670 670.120 13376 FORD F250 PICKUP F250XL SC 4X4 DIESEL
670 670.120 13381 FORD F250 PICKUP F250 4X4 SC
670 670.120 13382 FORD E150 V AN E 150 ECQNOLINE
670 670.120 13388 MAZDA SEDAN MAZDA
670 670.120 13389 MAZDA SEDAN MAZDA
670 670.120 13390 FORD F250 PICKUP F250
670 670.120 13391 FORD F150 PICKUP F150
670 670.120 13392 FORD F150 PICKUP F150 .
670 670.120 13393 MAZDA MAZDA5 MAZDA5
670 670.120 13394 MAZDA MAZDA5 MAZDA5
670 670.120 13395 MAZDA MAZDA5 MAZDA5
670 670.120 13396 MAZDA MAZDA5 MAZDA5
Dossier MlIlntenance Software UDROOOOOOI41-070130
. Parsons Contruction Group
User Defined Report Page' 58 of 61
Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern
etegory Series Unit # Make Model Description
670 670.120 13397 MAZDA SEDAN MAZDA
670 670.120 13398 MAZDA SEDAN MAZDA
670 670.120 13399 MAZDA SEDAN MAZDA
670 670.120 13400 MAZDA SEDAN MAZDA
670 670 120 13401 MAZDA SEDAN MAZDA
670 670.120 13402 FORD E350 E350
670 670.120 13403 FORD FI50 PICKUP FI50
670 670.120 13404 FORD FI50 PICKUP FI50
670 670.120 13405 FORD FI50 PICKUP FI50
670 670.120 13406 FORD FI50 PICKUP FI50
670 670.120 13407 FORD FI50 PICKUP FI50
670 670.120 13408 FORD RANGER PICKUP RANGER
670 670.120 13409 FORD ESCAPE XLS SUV ESCAPE XLS
670 670 120 13410 FORD ESCAPE XLS SUY ESCAPE XLS
670 670120 13411 FORD FI50 PICKUP FI50 SUPERCAB 4WD
670 670.120 13412 FORD F550 PICKUP F550 4X2 REG CHAS CAB
670 670.120 13419 FORD F250XL PICKUP F250XL 4WD CC 8'
670 670.120 13421 FORD F250 PICKUP F250XL SC 4X4 DIESEL
670 670.120 13422 FORD F250 PICKUP F250XL SC 4X4 DIESEL
670 670 120 13423 FORD F250 PICKUP F250XL SC 4X4 DIESEL
670 670.120 13425 FORD F250 PICKUP F250XL SC 4X4 DIESEL
670 670.120 13426 FORD F250 PICKUP F250XL SC 4X4 DIESEL
670 670.120 13427 FORD F550 PICKUP F550 4X2 REG CHAS CAB
670 670.130 10034 FORD F SUPER DU 868E - FD PIPE TRUCK(STEVE ENGLISH)
670 670.130 10036 MACK RS688LS R881E - MACK 12 YD DUMP
. 670 130 10433 FORD F450 R804 - FD F450 PIPE
670.130 10436 FORD F450 SOLD R807 - FD F450 PIPE
670.130 10438 FORD F450 R810 - FD F450 PIPE
670 670.130 10439 FORD F450 R811 - FD F450 PIPE
670 670 130 10440 FORD F450 812 - FD F450 PIPE (K WOLLE)
670 670 130 10441 FORD F450 R813 - FD F450 PIPE (PHIL MOENOA)
670 670.130 10442 FORD F450 814 - FD F450 PIPE TRK
670 670 130 10443 FORD F450 815 - FD F450 PIPE (SANDERS DAY ACOS)
670 670.130 10444 FORD F450 R816 - FD F450 PIPE
670 670 130 10445 FORD F450 R817 - FD F450 PIPE
670 670 130 10446 FORD F450 R818 - FD F450 PIPE
670 670 130 10447 FORD F450 R819 - FD F450 PIPE
670 670.130 10448 FORD F450 820 - FD F450 PIPE TRUCK (GEO K)
670 670.130 10449 FORD F450 R821 - FRD F450 PIPE TRK (CHERYL W.)
670 670.130 10450 FORD F450 R822 - FD F450 PIPE TRUCK
670 670.130 10451 FORD F450 R823 - FRD F450 PIPE TRUCK
670 670.130 10452 FORD F450 R824 - FRD F450 PIPE TRK
670 670.130 10455 FORD F450 R848 - FD F450 PIPE (B LEONARD)
670 670.130 10456 FORD F700 R849 - FD F700 MECH TRUCK WI CRANE
670 670.130 10457 FORD F450 R850 - FD F450 MECH TRK (S HARLOW)
670 670.130 10458 FORD F450 851 - FD F450 WELD
670 670.130 10459 FORD F450 852 - FD F450 PIPE (TROY ROSEVEAR)
670 670.130 10460 FORD F450 R853 - FD F450 PIPE
670 670.130 10461 FORD F800 R854 - FD F80245 SRV TRK (P CUNNINGHAM)
670 670.130 10462 KENWORTH BOO 855 - KENWORTH MECH
670 670.130 10463 FORD F600 856 - FD F600 FLATBED (WELDERS TRUCK)
670 670 130 10464 FORD F600 2T SOLD R857 - FD F600 FL TBD MUD-CONC
670 670.130 10465 FORD F350 R858 - FD F350 FLAGGER TRUCK
I. 670.130 10467 FORD F450 860 - FD F450 PIPE
670.130 10468 FORD F450 R861 - FD F450 PIPE (SPARE)
670.130 10469 FORD R450 R862 - FD F450 PIPE
670 670.130 10470 FORD F SUPER DU R863 - FD PIPE TRUCK
670 670.130 10471 FORD F SUPER DU R864 - FD PIPE TRUCK (M. NELSON
DOSSIer Maintenance Software UDROOOOOOI41-070130
~
.
Parsons ContrnctlOn Group
User Defined Report Page 59 of 61
Units Report: Unit List Dale 01130/07 at 1'27 PM Eastern .
Category Series Unit # Make Model Description
670 670.130 10472 FORD F SUPER DU R865 - FD F SUPR DTY
670 670.130 10473 FORD F-450 R866 - FD F450 PIPE (D CALL)
670 670.130 10474 MACK R-600 SOLD R867 - MCK FUEL TRUCK 1040 GAL CA
670 670.130 10475 FORD F SUPER DU 868 - FDF SUPRDTYIUTLY (T. GATTS)
670 670 130 10477 FORD 5YD 871 - FD 5YD DUMP TRUCK
670 670.130 10478 FORD F750 R872 - FD F750 MECH (TIM LOUCKS)
670 670.130 10479 MACK RS612LS 873 - MCKRS612LS FUEL/LUBE TK(1500)
670 670.130 10480 T400 R874 - FUEL/LUBE CAP 1000 GAL (HI)
670 670 130 10487 MACK RD688S 882 - MCK RD688S 12YD DUMP TRUCK
670 670.130 10489 KENWORTH T800 BOOM TRUCK T800 (HAW AIr)
670 670.130 10491 KENWORTH T800B 886 - KENWORTH T800B DUMP
670 670.130 10492 KENWORTH T800B R887 - KENWORTH T800B DUMP
670 670 130 10493 KENWORTH T800 R888 - KNWTH T800 BOOM TRUCK
670 670.130 10495 MACK RW713 R890 - MCKRW713 FLATBED (JEFF BATES)
670 670.130 10496 MACK CL713 891 - MCK CL713 FUEL TRUCK
670 670.130 10497 MACK CL 713 892 - MCK CL713 FUEL TRUCK
670 670.130 10499 MACK BSF38.l6H R894 - MACK CONCRETE PUMPER TRUCK
670 670.130 10500 KENWORTH T800 R895 - KNWTH T800 LUBE TRUCK
670 670 130 10503 PTRBLT 330 R898 - PTRBL T FUEL TRUCK (B. MITCHELL)
670 670 130 10504 KENWORTH T800 899 - KENWORTH T800 DUMP (LOUIE L.)
670 670.130 12132 MACK RD688 R8900 - MACK DUMP TRK
670 670 130 12133 MACK RD688 R8901 - MACK DUMP TRK
670 670.130 12135 MACK CV713 8905 - MACK CV713 DMP TRK
670 670.130 12136 PETERBILT 330 R8906 - PETERBIL T MECH TRK (JON E.)
670 670.130 12137 FORD F550 SD 8907 - FRD F550 PIPE TRUCK
670 670.130 12139 FORD F650 R8909 - FD F650 MECHANIC TRK (MAX M ) .
670 670.130 12141 FORD F450 R8910 - FD F450 FLATBED (PARTS TRK)
670 670.130 12142 FORD F450 8911 - FD F450 PIPE TRUCK
670 670 130 12143 FORD F450 SD R8912 - FD F450 PIPE TRUCK
670 670.130 12144 FORD F450 SD R8913 - FD F450 PIPE TRUCK
670 670 130 12145 KENWORTH T800 R8914 - KENWORTH T800 FUEL TRUCK
670 670.130 12147 FORD F450 R8916 - FD F450 PIPE TRUCK
670 670 130 12149 FORD F450 SD R8918 - FRD F450 PIPE TRUCK
670 670.130 12150 KENWORTH T800B 8919 - KENWORTH T800B DUMP (SHANE J)
670 670.130 12152 KENWORTH T800B 8920 - KENWORTH T800B DUMP(RY AN H)
670 670.130 12153 FORD F450 R8921 - FRD F450 PIPE TRUCK (M MCCALLEN
670 670.130 12156 FORD F450 R8924 - FRD F450 PIPE TRUCK (A POOUAHI)
670 670.130 12157 FORD F450 R8925 - FRD F450 PIPE TRUCK
670 670.130 12158 FORD F450 R8926 - FD F450 FLATBED (EDDIE NAKI)
670 670.130 12159 FORD F450 R8927 - FD F450 FLATBED
670 670.130 13199 KENWORTH T300 R8928- TJOO MECHANIC TRUCK
670 670.130 13200 FORD F450 R8929 - F450 PIPE TRUCK (CHRIS COOPER)
670 670.130 13227 PETERBUIL T PETERBUILT 8944-2006 MECHANIC TRUCK
670 670.130 13238 FORD F450 SD 8947 - FORD F450 PIPE TRUCK
670 670 130 13239 KENWORTH T800B 8931 - KENWORTH T800B DUMP TRUCK
670 670.130 13240 KENWORTH T800B 8932 - KENWORTH T800B DUMP TRUCK
670 670.130 13241 KENWORTH T800B 8933 - KENWORTH T800B DUMP TRUCK
670 670.130 13242 KENWORTH T800B 8934 - KENWORTH T800B DUMP TRUCK
670 670.130 13243 KENWORTH T800B 8935 - KENWORTH T800B DUMP TRUCK
670 670.130 13244 KENWORTH T800B 8936 - KENWORTH T800B DUMP TRUCK
670 670.130 13245 KENWORTH T800B 8937 - KENWORTH T800B DUMP TRUCK
670 670.130 13246 KENWORTH T800B 8938 - KENWORTH T800B DUMP TRUCK
670 670.130 13247 KENWORTH T800B 8939 - KENWORTH T800B DUMP TRUCK
670 670.130 13248 KENWORTH T800B 8940 - KENWORTH T800B DUMP TRUCK .'
670 670.130 13249 FORD F450 8948 - FORD F450 PIPE TRUCK (S. LEHMAN)
670 670.130 13257 FORD F550 8952 - FORD F550 MECHANIC TRUCK
670 670.130 13315 FORD F450 8941 - FORD F450 PIPE TRUCK
670 670.130 13316 FORD F550 8957 - FORD F550 SD PIPE TRUCK
DossIer Mamtenance Software UDROOOOOO 141-070 130
...
.' Parsons ContructlOn Group
User Defined Report Page 60 of 61
Units Report: Unit List Date 01/30/07 at I :27 PM Eastern
etegory Series Unit # Make Model Description
670 670 130 13318 FORD F550 8960 - FORD F550 PIPE TRUCK
670 670.130 13371 FORD F550 PIPE TRUCK F550
670 685 110 12138 FORD F650 FORD V ACMASTER TRUCK
680 680 10012 KENWORTH T800B R826E - KENWORTH TRACTOR
680 680 10013 KENWORTH T800B R827E - KENWORTH TRACTOR
680 680 10014 KENWORTH T800B R828E - KENWORTH TRACTOR
680 680 10015 KENWORTH T800B R829E - KENWORTH TRACTOR
680 680 10016 KENWORTH T800B R830E - KENWORTH TRACTOR
680 680 10017 KENWORTH T800B R831E - KENWORTH TRACTOR
680 680 10018 FREIGHTLIN FLD120SD R832E - FREIGHTLINER FLD120SD TRACTOR
680 680 10019 FREIGHTLIN FLD120SD R833E - FREIGHTLINER FLD120SD TRACTOR
680 680 10020 FREIGHTLIN FLD 120SD R834E - FREIGHTLINER FLD120SD TRACTOR
680 680 10021 FREIGHTLIN FLD 120SD R835E - FREIGHTLINER FLD120SD TRACTOR
680 680 10022 FREIGHTLIN FLD120SD 836E - FREIGHTLINER FLD120SD TRACTOR
680 680 10023 FREIGHTLIN FLD 120SD R837E - FREIGHTLINER FLD120SD TRACTOR
680 680 10024 FREIGHTLIN FLD 120SD R838E - FREIGHTLINER FLD120SD TRACTOR
680 680 10025 FREIGHTLIN FLD120SD R839E - FREIGHTLINER FLD120SD TRACTOR
680 680 10026 FREIGHTLIN FLD120SD R840E - FREIGHTLINER FLD120SD TRACTOR
680 680 10027 FREIGHTLIN FLD120SD R841E - FREIGHTLINER FLD120SD TRACTOR
680 680 10028 FREIGHTLIN FLD 120SD R842E - FREIGHTLINER FLD120SD TRACTOR
680 680 10029 FREIGHTLIN FLD 120SD R843E - FREIGHTLINER FLD 120SD TRACTOR
680 680 10030 AUTOCAR ACL64B SOLD R844E - AUTOCAR ACL64B ROLL-OFF T
680 680 10031 AUTOCAR ACL64B SOLD R845E - AUTOCAR ACL64B ROLL-OFF T
680 680 10032 WESTERN ST 4864-2 SOLD R846E - WESTRN STAR 4864-2 ROLL-OF
700 700.120 10033 1954S 847E -INTERNATIONAL WATER TRUCK
(10 700 120 10382 CAT 613B R610-CAT613B WATER TANKER 5000 G
70~ 700 120 10397 CAT D400D R625 - CAT ARTICULATED WATER TRUCK
700.120 10476 KENWORTH T800 R869 - KENWORTH T800 WATER TRUCK
700 700.120 10481 W-900 R875 - KN W-900 3600G H20 TRUCK
700 700.120 10482 W-900 R876 - KN W-900 3600G H20 TRUCK
700 700.120 10483 MACK RD688S R877 - MCK RD688S 4000G H20 TRUCK
700 700.120 10484 INTERNA TIO SOLD R878 - INTN'L WATER TRK
700 700 120 10485 INTERNA TIO 8100 R879 -INTN'L 8100 WATER TRUCK
700 700 120 10488 MACK RD688S R883 - MCK RD688S WATER TRUCK
700 700.120 12134 INTERNA TIO 1854S SOLD R8902 - INTNL WATER TRK
700 700 120 12146 INTERNATIO 4900 R8915 -lNTN'L WATER TRUCK 3300 GAL
700 700.120 13267 FORD F750 8950 - FORD F750 WATER TRUCK
700 700.120 13268 STERLING LT7500 8951 - STERLING LT7500 WATER TRUCK
700 700 120 13365 FORD F750 WATER TRUCK F750 2000 GAL
700 700 120 13424 STERLING WATER TRUCK STERLING 4000 GALLON
700 700.130 10396 CAT 613C R624 - CAT 613C WATER PULL
710 10107 LINCOLN RANGER 9 R1814E - LINCOLN WELDER
710 10981 WHISPERWEL SDW-225SS R1801- WHISPERWELDWELDER
710 10982 LINCOLN RANGER 250 1802 - LINCOLN WELDER (R814)
710 10983 LINCOLN RANGER 250 1803 - LINCOLN WELDER (R816)
710 10984 LINCOLN RANGER 250 1804 - LINCOLN WELDER (R817)
710 10985 LINCOLN RANGER 250 1805 - LINCOLN WELDER (R872)
710 10986 LINCOLN COMM 800 RI806 - LINCOLN WELDER (JOB 746)
710 10987 LINCOLN COMM 500 R1807 - LINCOLN WELDER (JOB 771)
710 10988 LINCOLN RANGER 250 1808 - LINCOLN WELDER (R854)
710 10989 LINCOLN RANGER 250 1809 - LINCOLN WELDER
710 10990 LINCOLN RANGER 9 1810 - LINCOLN WELDER (R898)
710 10991 LINCOLN RANGER 250 1811 - LINCOLN WELDER (R823)
.~ 10992 LINCOLN RANGER 250 R1812 - LINCOLN WELDER
10993 LINCOLN RANGER 9 R1813 - LINCOLN WELDER
10994 LINCOLN KI725-7 1815 - LINCOLN KI725-7 WELDER (R854)
710 10995 LINCOLN RANGER 9 1816 - LINCOLN RANGER 9 WELDER
710 10996 TRACST AR T5000102 R1817 - TRACSTAR FUSION MACHINE
Dossier Mamtenance Software UDROOOOOO141-070130
"
W'
..
Parsons Contruction Group
User Defined Report Page' 61 of 61
Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern .
Category Series Unit # Make Model Description
710 10997 LINCOLN RANGER 250 1818 - LINCOLN RANGER 250 WELDER
710 10998 LINCOLN RANGER 250 1819 - LINCOLN RANGER 250 WELDER
710 10999 LINCOLN RANGER 1820 - LINCOLN WELDER
710 11000 LINCOLN RANGER 250 1821 - LINCOLN WELDER (R8911)
710 11001 LINCOLN RANGER 250 1822 - LINCOLN WELDER
710 11002 LINCOLN RANGER 250 1823 - LINCOLN RANGER 250 WELDER
710 11003 LINCOLN POWERMIG25 1824 - LINCOLN WELDER/SHOP
710 11004 LINCOLN RANGER 250 1825 - LINCOLN WELDER (R8925)
710 11005 LINCOLN RANGER 9 1858 - LINCOLN RANGER 9 WELDER
710 11006 MCELROY 430101 1859 - MCELROY 4"" PIPE FUSER
710 13335 LINCOLN RANGER 250 1828 - LINCOLN RANGER250 WELDER
710 13342 MILLER XMT 304 1861 - MILLER XMT304CC/CV 4 PACK RACK
710 710110 13385 Red-D-Arc GX300 Welder GX300 Red-D-Arc Ex
710 710.110 13413 LINCOLN RANGER LINCOLN 250 AMP WELDER
PROJECT 041743 SAND ISLAND WWTP
PROJECT 041754 GREEN RIVER HEADWORKS
PROJECT 041762 SAND ISLAND HEADWORKS
PROJECT 041772 PEARL HARBOR SEWER FORCE MAIN
PROJECT 041816 HONOULIULI RESERVOIR NO.3
PROJECT 041844 SOUND TRANSIT
PROJECT 041860 SAND HILLS EST A TES
PROJECT 041862 HI REGIONAL HOUSING PPV
PROJECT 041863 KA IWI SHORELINE
PROJECT 041868 MAUl LAN! COMMERCIAL SITE
PROJECT 041870 EQUA CHLOR
PROJECT 041874 FORD ISLAND '.'
PROJECT 041878 MILILAN! MAUKA 1150 RES. NO.2
PROJECT 041884 PAILANI ST. WATER SYSTEM IMPROV.
PROJECT 041885 NW 3RD & 4TH AVE IMPROVEMENTS
PROJECT 041887 LANIKEAH SUBDIVISION CIVIL IMPROV.
PROJECT 041893 NORTH SOUTH ROAD
PROJECT 041898 MAUl WATERSHED
PROJECT 041901 FEDERAL WAY CROSSINGS
PROJECT 041907 SUNCADIA PIT RECLAMATION
PROJECT 041924 EW A SHAFT CARBON TREATMENT F AC
PROJECT 041927 W AIMANALO WWTP
PROJECT 041928 BRIGGS VILLAGE
PROJECT 041929 GIG HARBOR NORTH
PROJECT 042456 ERDF WASTE TRANSPORTATION
PROJECT 042925 BASIN F WASTE PILE REMEDIATION
PROJECT 406208
PROJECT 406213 PIW AI WELLS 16' TRANSMISSION LINE
PROJECT 406250 N.E. SANDY BLVD.
PROJECT 406254 OLHA V A POULSBO
PROJECT 406255 SUNCADIA - BULLFROG CLE ELUM
PROJECT 406260 SUNCADIA
PROJECT 406263 BRIGHTW A TER
PROJECT 406264 PACIFIC MEADOWS / MARYSVILLE
PROJECT 406266 BRIGGS VILLAGE CENTRAL PHASE
PROJECT 406270 MINT FARM
PROJECT 406272 POWDER MILL CREEK SEDIMENT REMOVAL
PROJECT 406279 RIVER SAND - AUBURN
.
DOSSIer MaIntenance Software
UDROOOOOOI41-070130
i.
Disadvantaged Business
Enterprise Utilization Certification
To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged
Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting
Agency shall consider as non-responsive and shall reject any bid proposal that does not contain a DBE Certification which properly
demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for In the proposed contract.
The successful bidder's DBE Certification shall be deemed a part of the resulting contract. Information on certified firms is available
from OMWBE, telephone 360-753-9693.
PAfZboNS 12G\ \ NC. certifies that the Disadvantaged Business Enterprise (DBE)
Name of Bidder
Firms listed below have been contacted regarding partiCipation on this project. If this bidder is successful on this project and is awarded
the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied
Towards Goal" is listed. (If necessary, use additional sheet)
.
Project Rote"
(prilne, Joint Venture, AIiiQl,mt to ....
Name of OBE SllbcQnt~ctQf , be applied
MlInulaclure, RegUlar
Certificate Number Dealer Service Provider} Descriotion Of Work TOward Goal
1 I2'A~N ~R. STEEa-J INC.. FVRJvJstt At-Jt::> ~1,S"oq OCO. 00
DIM oq 0100" sve, lNs:rAI.l... f<e~~
2.
3.
4.
5.
6.
7
8
9
10.
Disadvantaged BUSiness Enterpnse Subcontracting Goal'
Regular Dealer status must be approved by the Office of Equal Opportunity, Wash. State Dept of Transportation, on each contract
See the section "Counting DBE Participation Toward Meeting the Goal" In the Contract Document
... The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal or the average goal attainment of all
bidders. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the
amounts listed shall prevail and the total will be revised accordingly
eoI
DBE Total $ 1/ SOC/, GOO. 00
i.
DOT Form 272-056 EF
ReVised 6/2004
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
1-10
000328
T anuary 2007
Page 14 Disadvantaged BUSiness Enterprise UtIlization Certification
PrOVIded to BUilders Exchange of WA, Inc For usage Conditions Agreement see WVIfW bxwa com
.
.
.
BID FORM
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, W A 98362
BIDDER: f'AtLSON5 P-G\ \~C.
DATE:~ \ ~ J 01
REGISTRATION NO.: PARSOJZJ: q S4pS
UBI NUMBER: '00- tbO- ~t:j~
The undersigned, hereinafter called the bidder, declares that the only person(s) interested m this bid are those named
herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion
with any other person making a bid on this project.
The bidder further declares that it has calefully examined the plan, specifications, and contract documents,
hereinafter referred to as the Project Manual, for the construction of the proposed project unprovement(s); that it has
personally inspected the site( s); that it has satisfied itself as to the types and quantities of materials, the types of
equipment, the conditions of the work involved, including the fact that the description of and the quantities of work
and materials, the types of equipment, the condItions of and the work involved as included herein, are brief and are
intended only to indicate the general nature of the work and to identify the said quantities with the corresponding
requirements of the Project Manual; and that this bid is made in accordance with the proVIsions and the terms of the
Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regardmg the interpretation of surface infOlmation
and has utilized all data which it believes is pertinent from the CIty Engineer, hereinafter also leferred to as the City
or Owner, and such other source of information as it determined necessary in mriving at its conclusion.
The bidder further certifies that the subcontractmg firms or businesses submitted on the SUBCONTRACTOR LIST
will be awarded subcontracts for the described portions ofthe work:
If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the
perfOlmance bond is:
ZU'4W NCi\2.n\ ,6.Mel2leAN ;u(2eTi
Surety
eq t-l0t2-lH fif2ANJ/ ~"D'J P~\.lE,e..~&.
6L0-1p<\..6, (JA tJ(1 z.o3
Surety Address
~cN. ~IS\.( ~ IreS
Agent
101 W'l-~t+/12G .f3t..IJD. STe. C:PX:>
L.O,5 ArJ't~, ep.. 10017
Agent Address
AND'! Pt-kT, (~,~J 4dI-ZS?/2-
Swety Contact and Phone Number
~A-r2-UtJe-- ~~u.(2A- &1'b)(p7p -/32-8
Agent Contact and Phone Number
ClTY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
1-11
000328
January 2007
Addendum No 2
Page 8 Bid Form
PrOVided to BUilders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com
.
.
.
BID FORM
Base Bid
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
1 1-04 Minor Chanae 1 Est $100.00 $100.00
2 1-04 Reimbursement For 1 Est $5,000.00 $5,000.00
Third Party Damaae
3 1-05 Structure Survevina 1 LS Cf?1. (XX) . 00 q~l (lX). Ct:)
4 1-05 Roadwav Surveying 1 LS U.WD. vO Z~a;o.w
5 1-07 SPCC Plan 1 LS I, ctlJ. 00 1,000.00
6 1-07 Street Cleanina 128 HR ,10.00 i4 OW. ()D
7 1-07 Training 1,500 HR 1.00 l,gOb.tV
8 1-09 Archaeological and 1 Est $5,000.00 $5,000.00
Historical Salvage
9 1-09 Mobilization 1 LS I, !lOt?, o::t}. <:it:' I/~'~'OO
10 1-10 Type III Barricade 12 Each ~CV.()() '2., 4-0). 00
11 1-10 Project Temporary 1 LS 180, a;.:v. w \bO, lXV. 00
Traffic Control
12 1-10 Traffic Control 1 lS I1G. 00). 00 116-, c:t:V. 00
Supervisor
13 1-10 Temporary Traffic 1 LS 11,OO0.00 11, oev. w
Control Devices
14 2-01 Clearina and Grubbing 1 LS 1.-~, Q;;O. (P '2G (:u). 00
I
15 2-02 Removing Existing 1 LS
Bridge No. 117/5 Over ~ 1 $1 ()(X) . ex> 41;,000. a>
Tumwater Creek
16 2-02 Removing Existing 1 LS
Bridge 8th St. Over 4'30/0C70.00 4"30,100:>.00
Valley Creek
17 2-02 Removal of Structures 1 LS Go, OW. co GO, OCO. 00
and Obstructions
18 2-02 Removing and Replace 343 LF 2g.oo q, b04-. 00
Existing Fence
19 2-03 Roadway Excavation 2,000 CY .zo.m 40, 00:>. 00
Inel. Haul
20 2-03 Gravel Borrow Inel. Haul 100 Ton 80. 00 G a::;o. DO
,
21 2-03 Roadside Cleanup 1 Est $tO,OOO.OO $10,000.00
22 2-09 Structure Excavation 1,960 CY GO. CO q€, ceo. co
Class A Incl. Haul
(
)
CITY OF PORT ANGELES
8th Street Ilridge Replacements
Project No. 02-15
1-12
000328
January 2007
Page 9
PrOVided to Builders Exchange of W A, Inc. For usage Conditions Agreement see www.bxwa.com
.
.
.
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. Description of Item Quantitv Units $ $
23 2-09 Shoring Or Extra 1 LS ~JOOO. aJ ~ roo. co
Excavation CL. A
24 2~09 Structure Excavation 2,171 CY 10. CO 21 1110. CO
Class B Incl. Haul
25 2w09 Shoring Or Extra 5,815 SF tJO.oo 114-. ~o, (l}
Excavation CL. B
26 2-09 Gravel Backfill for Pipe 700 CY 21,00 18, qoo, C\/
Zone Bedding
27 2-09 Gravel Backfill For Wall 450 CY 50. CO 2Z,SW.00
28 2-09 Force Account Lean 1 Est $5,000.00 $5,000.00
Concrete
29 2-09/ Construction Access 1 LS 5r:JO, 000. co
SP Road - Tumwater 5 r:Jf:J, OOC. 00
Creek
30 2-09/ Construction Access 1 LS -,OOt(;OO'OO ;001000. em
SP Road Valley Creek
31 4-01 Crushed Surfacing Base 1,600 Ton 113. 00 40, exv. 00
Course
32 5-04 Planing Bituminous 850 SY q,oo 1, "GO. 00
Pavement
33 5-04 HMA CI. B Po 64-22 1,100 Ton qg.OO 1D4-.l?CO. 00
34 5-04 Anti-Strippino Additive 1 Est $550.00 $550.00
35 6-02 Sf. Reinf. Bar For 595,000 LB 1.?O 113,50<'.00
Bridae
36 6-02 Cone. Class 4000 For 2,536 CY S~g.OO 1,440, 44~. 00
Bridoe
37 6-02 Deficient Strength Cone. 1 Calc -1 -1
Price Adjustment
38 6-02 Expansion Joint System 192 LF 110,00 ~1,'20, 00
Strip Seal Superstr.
39 6-02 Superstructure - 1 LS 1,1oCl.OOO. co 1,1C1O,OC70.00
Tumwater Creek
40 6-02 Superstructure - 1 LS l,10C1,Ct>t>.00 1,100,~. 00
Valley Creek
41 6-02 Prestressed Cone. 7,378 LF 400.00 '2/~G., ~oO. 00
Girder W83G
42 6-02 Soil Excavation For 2,075 CY 420.00 C071 , S'aJ. VI1
Shaft Includina Haul
43 6-02 Furnishing Permanent 208 LF ~ G". 00 \15,1"'0.(;0
Casing For 9'0" Diam.
Shaft
CITY OF PORT ANGELES
8'" Street Bndge Replacement
Project No. 02-] 5
1-13
000328
January, 2007
Addendum No 3
Page 2
Provided to BUilders Exchange of W A, Inc For usage Conditions Agreement see www bxwa com
.
.
.
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
44 6-02 Placing Permanent 16 Each
Casing For 9/0" Diam. '2. "?S""". 00 ~11fDO. 00
Shaft
45 6-02 CasinQ ShorinQ 69 LF t,rol50.00 1'2.1,~so.oo
46 6-02 Cone. Class 4000P For 1,940 CY ?~O.OO 1"31,'Z.00.00
Shaft
47 6-021 St. Reinf. Bar For Shaft 358,800 Lbs l.LO ~q4,~t>.OO
SP
48 6-02/ CSL Access Tube 7,380 LF 10.00 7?/, $lX). CO
SP
49 6-021 CSL Test 16 Each ,,OU), 00 'b, 000. 00
SP
50 6-02 Removing Shaft 1 Est $430,000.00 $430,000.00
Obstructions
51 6-06 Bridqe Railing Type BP 3,126 LF 4~.oo l4,,7Qll1.00
52 6-07 Pedestrian Barrier 3032 LF f> 1. DO 2.(P~, 1~4. 00
SP
53 6-10 Pedestrian Barrier With 94 LF 4epO.oo 4?,2J1o.00
Structural Slab
54 7-01 Underdrain Pipe 8 in. 318 LF 10.00 ~II&o. 00
Diam.
55 7-01 Gravel Backfill For Drain 44 Cy 2v.CO i,920.CQ
56 7-04 Testing Storm Sewer 1,376 LF 1..00 2,1gz.ro
Pipe
57 7-04 Schedule A Storm 1,014 LF (j'7. 00 G0,110, 00
Sewer Pipe 12 In Diam.
58 7-04 Schedule A Storm 362 LF gg.OO ~,'110. 00
Sewer Pipe 18 In Diam.
59 7-05 Catch Basin Type 1 8 Each 1.800. a:> (O,4CO. GO
60 7-05 Catch Basin Type 2 1 Each :2, tLO. CO 2,oa:>. ro
48 In. Diam.
61 7-05 Catch Basin Type 2 4 Each 8,4W. OJ 1-3, U:::o. bO
72 In. Diam.
62 7-05 Manhole Type 1 1 Each Z, aD. 00 2.CCO.00
48 In Diam.
63 7-05 Adjust Manhole 1 Each 2'2-G. to '225. 00
64 7-12 Gate Valve 10 Inch 1 Each ',400. cO , , 400 . U)
65 7-051 Drainage Detention 1 LS -1G,toO. CO 1!7,lLO. 00
SP Facility 1
CITY OF PORT ANGELES
8th Street Illidge Replacements
Project No. 02-15
1-14
000328
January 2007
Page 11
Provided to BUilders Exchange of W A, Inc For usage Conditions Agreement see WINW bxwa com
.
.
.
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. Description of Item Quantltv Units $ $
66 7-05/ Drainage Detention 1 LS 4G,M.OO ~DCO.W
SP Facility 2
67 7-05/ Drainage Detention 1 LS %", OOD. 00 4f7, 000. DO
SP Facility- 3
68 7-05/ Drainage Detention 1 LS 4b,DOO. DO 4b, ODD. DO
SP Facility 4
69 7-05/ Media Filter Vault - 2 Each 4O,CCD.CO gO, OCO. (;0
SP 8 CartridQes
70 7-05/ Media Filter Vault- 1 Each ~IWD.Q) ~,CCO,w
SP 7 Cartridoes
71 7-05/ Media Filter Vault - 1 Each 40,000. U) 40, oDD. ro
SP 5 Cartridoes
72 7-05/ Energy Dissipater 4 Each G, W. Q) '20 OC:V. CO
SP ,
73 7-09 Polyethylene Pipe For 330 LF 2O,m b, bDo, DO
Water Main 2 In Diam.
74 7-09 Ductile Iron Pipe For 188 LF 1Z0.w za,~.vo
Water Main 81n Diam.
75 7-09/ Adjust Water Valve 8 Each g70.o0 2,Q00. co
SP
76 7-09/ Adjust Water Meter 4 Each 87f3. 00 I,EOo,w
SP
77 7-12 Gate Valve 8 Inch 3 Each , , ~OO, 00 ~, '100. 00
78 7-17 PVC Sanitary Sewer 208 LF !1f7, CO II,#O,O()
Pipe 8 In Diam.
79 7-17 Testina Sewer Pipe 208 LF ~.OO <024,00
80 7-17 Sewer Cleanout 2 Each 400. 00 goo,W
81 8-01 Inlet Protection 14 Each 4e,OO b~.Q)
82 8-01 Silt Fence 3,080 LF 10,00 ~. 800,00
83 8-01 Erosion/Water Pollution 1 Est $22,000.00 $22,000.00
Control
84 8-02 Seeding, Fertilizing and 2.3 Acre t,ICO. CO 4-lg~. a::>
Mulchina
85 8-02/ Wetland Restoration 1 Est $35,000.00 $35,000.00
SP
86 8-021 Wetland Creation 1 LS '1 (7, l)ClO. 00 10'1 O(t). DO
SP
87 8-04 Cement Cone. Traffic 920 LF '20. 00 1~,4tiO. 00
Curb and Gutter
CITY OF PORT ANGELES
8th Street Bridge Replacements
ProJcctNo.02-15
1-15
000328
January 2007
Page 12
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see WWIN.b>N<la com
.
.
.
Unit Price Extended
Item Sec. Estimated (Figures) Amount
No. No. DescriDtlon of Item Quantity Units $ $
88 8-09 Raised Pavement 16.1 Hund 2- 20. 00 ~G42.lV
Marker TVDe 1
89 8-09 Raised Pavement 4.1 Hund ~~.oo 1,t?lq,&iO
Marker Type 2
90 8-12 Chain Link Fence 106 LF Ztg. 00 /}.., qi/b I CO
Type 3
91 8-14 Cement Cone. Sidewalk 655 SY :gtr:;. w ";L2 I 'J'JI3;. Q)
92 DELETED
93 8-20 Electrical Service 1 LS 12.. 100.00 12./ L 00. 00
94 8-20 Illumination System - 1 LS 4~,1(7(? 00 4~/IOO. 00
Off Structure
95 8-201 Illumination System - 1 LS
SP Tumwater Creek U OJ C1OO. 00 " 0, CLlO. 00
Structure
96 8-201 Illumination System - 1 LS /Jf], 000.00 II 0, 000. c>o
SP Valley Creek Structure
97 8-20 Traffic Signal System - 1 LS ~ ()(X). Of) 6o,~.OO
8th St & Pine St.
98 8-20 Temp. Traffic Signal 1 LS
System - US 101 & 2.'Z, oot:'. OC 2'2.,000. cx;I
Pine St.
99 8-20 Traffic Signal System - 1 LS
Marine Dr. & Tumwater .q c" c;a,. 00 4C?, COO. eo
St.
100 8-20 Temporary Interconnect 1 lS I~ 000.00 ItJ, 000. OeJ
System - Marine Drive
101 8-21 Permanent Siqninq 1 LS (eo I 8cV. Q? (p ?cD. 00
,
102 8-22 Paint Line 6.296 IF a.GO ?1148.~
103 8-22 Painted Wide Line 308 LF -:2.40 7~'j I 20
104 8-22 Plastic Stop Line 417 SF lJ".EiO Z, '2- q ~ . 50
105 8-22 Plastic Cross Walk 1,040 SF 4.bD 4-, L:,.~O. OJ
106 8-22 Plastic Traffic Arrow 13 Each qG.OO I. Z~. oLJ
107 8-23 Temporary Pavement 2,200 LF I. l:7S ~, "-70. 00
Markina
108 8-24 Rock For Rock Wall 60 Ton 11G . CV I(;? oCt>. CO
109 8-24 Backfill For Rock Wall 43 Ton i?S. ex> ',f70E7. CO
TOTAL Base Bid
$ lro/4t~/Z.(P7.'2.0
~o
, B,t.flto,o<<s.~ -
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
1-]6
000328
January 2007
Page 13
PrOVided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com
.
.
.
BID ALTERNATIVE A
Adjustment for Barrier and illumination
Add new items 114, 115, 116, and 117; deduct items 52, 53, 95, and 96.
Unit Price Extended
Item Sec Estimated (Figures) Amount
No. No. DescriptIon of Item Quantity Units $ $
114 6-021 Alt. A Pedestrian Barrier 3,032 LF '1 0.00 'l12..,&f10.oo
SP
115 6-021 Alt. A Pedestrian Barrier 94 LF 42. (p, 00 40,044.00
SP With Structural Slab
116 8-20f Alt. A Illumination 1 LS
SP System - Tumwater , ~q ,500,00 10J9,5t:XJ.oO
Creek Structure
117 8-201 Alt. A Illumination 1 LS
SP System - Valley Creek I Q9, 500. ~o 199,5CXJ,OO
Structure
52 6-1 Of Pedestrian Barrier -3,032 LF &1.00 -2(,:1~,164, ()O
SP
53 6-1 01 Pedestrian Barrier With -94 LF 4~o. 00 -4~,'2.~0.ot?
SP Structural Slab
95 8-201 Illumination System- -1 LS 110, 000. 00 - JI 0, OOCJ. ()(I
SP Tumwater Creek
Structure
96 8-201 Illumination System - -1 LS J1~ OCJO. 00 - II 0, 000, DO
SP Valley Creek Structure
TOTAL Bid Alternative A
$ J 64-, ~OC>. 00
CITY OF PORT ANGELES
8th Street Dridge Rep]acements
Project No. 02-]S
1-17
000328
January 2007
Page 14 Bid Alternative A
Provided to BUIlders Exchange of WA, Inc. For usage Conditions Agreement see WNW.bxwa com
.
.
.
BID AL TERNA riVE B
Adjustment for Rail, Barrier, and Illumination
Add new items 118, 119, 120, 121, and 122; deduct items 51, 114, 115, 116, and 117.
Unit Price Extended
Item Sec Estimated (Figures) Amount
No. No. Description of Item Quantity Units $ $
118 6-06 Alt. B Bridge Railing 3,126 LF /80. fX) 5"b21~' 00
SP
119 6-021 Alt. B Pedestrian Barrier 3,032 LF '16.00 'Z~"I 4') (,.00
SP
120 6-02/ Alt. B Pedestrian Barrier 94 LF ~1 S. 00 ~S"125'O. 00
SP With Structural Slab
121 8-201 All. B Illumination 1 LS
SP System - Tumwater J 99, $'<<1. 00 J ''I, '5'00. 00
Creek Structure
122 8-201 Alt. B Illumination 1 LS
SP System - Valley Creek I '1q ,500. "0 199, 500. 00
Structure
51 6-06 Bridge Railing Type BP -3,126 LF 4(,.00 -/4'3,19&.00
SS
114 6-10/ All. A Pedestrian Barrier -3,032 LF qo.OO -2,Z./~,()O
SP
115 6-1 0/ All. A Pedestrian Barrier -94 LF 42(p,OO -40,044.00
SP With Structural Slab
116 8-201 All. A Illumination -1 LS
SP System - Tumwater 199, 5"OO.O() 'r-J'J9,stJo.OO
Creek Structure
117 8-201 All. A Illumination -1 LS -1'19, 5()(J. 0()
SP System - Valley Creek /Cffj 5"00. 00
I
Structure
TOTAL Bid Alternative B
$ *3,1,70".00
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
1-18
000328
January 2007
Page 15 Bid Alternative B
Provided to BUilders Exchange of WA, Inc For usage Conditions Agreement see www.b"JNVa com
.
.
.
BID SUMMARY
Preference 1:
Base Bid, Plus Bid Alternative A, Plus Bid Alternative B
Preference 2:
Base Bid, Plus Bid Alternative A
Preference 3:
Base Bid
CITY 01<' PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
1-19
Page 16 Bid Summary
Provided to BUilders Exchange ofWA, Inc. For usage Conditions Agreement see www.bX>Nacom
$ JtO, Q<ra1:3.'2o
$ ItO/~04-,1(P7.2.0
$ 1 f>,41ct, ~fp7. '1.0
000328
January 2007
.
.
.
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that 1t has received Addenda No(s). I> 'Z) ~ to this Project Manual. The
name of the bidder submitting this bid and rts business phone number and address, to which address all
conununicatIons concerned with this bid and with the Contract shall be sent, are listed below.
Bidder's fum name:
fA~ON5 J2CI INC.
Complete address; \ Z-I/P 14-0-t:h A-~ e-NU~ cr. e..
(Street address)
SlAMrJW
(State)
W~ q8'~10
(Zip)
Telephone No.: (1..r?1~) ~(P8 - !3'J-OO
S~by:jJ~ ~
'~I~T
Printed Name: AN DJ2ev'J C . /tL- g~T
Notes: (1) If the bidder is a partnership. so state. giving fum name under which business is transacted.
(2) If the b1dder is a corporation, this bid must be executed by its duly authOlized officials.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02- 15
1-20
000328
January 2007
Page 17 Addenda Acknowledgement
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see WINW bxwa com
.
BID BOND FORM
Herewith find deposit in the form of a cashier's check, postal money order, or Bid Bond in the amount of
, which amount is not less than five percent (5%) of the total bid.
SIGN HERE:
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, Parsons RCI Inc. as Principal and Fidelity and * as Surety, are held and
firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of
Five Percent of Amount Bid Dollars, for the payment of which the Principal
and the Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly
and severally, by these presents. * Deposit Company of Maryland
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
8TH STREET BRIDGE REPLACEMENTS
PROJECT 02-15
.
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in
case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the
advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full
force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated
damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS ~ day of
parSMI\~
YprinciPal Ian R. Thomsen, Vice President
Fidelity and Deposit
Company of Maryland
Surety
March
,20j2L.
-\
~~
Aon Risk Services, Inc.
Agent
801 N. Brand Blvd.,
Glendale. CA 91203
Surety Address
Andy Platt
818-409-2800
Surety Contact and Phone Number
707 Wilshire Blvd., Ste. 6000
Los Angeles, CA 90017
Agent Address
Charlene Nakamura
213-630-3200
Agent Contact and Phone Number
Dated:
3/01/2007
Received return of deposit in the sum of $
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
1-21
000328
January 2007
Page 25 Bid Bond Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
.
~
~
(.
~.
I
I'
I
~
~
~
1
I.
I'
I,
I.
I
~.
I'
. I"
I'
~
I
I'
I
~,
~
I
I'
I
(
I
t.
(,
(
I
I'
(.
r.
.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
~- -,- - -
(
State of California
} ss
County of
Los Angeles
On March 2, 2007
Date
, before me, Ladene Marie McLoughlin, Notary Public,
Name and Title of Officer (e 9 . "Jane Doe, Notary Public')
personally appeared
Ian R. Thomsen
Name(s) of Slgner(s)
lID personally known to me
o proved to me on the baSIS of satisfactory
evidence
.... LA;E~ ~RIE M~LOU~LiN ~
Commission # 1524314
Notary Public - California ~
Los Angeles County -
My Comm. Expires Nov 2. 2008
to be the person(s) whose name(s) is/are
subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument
Place Notary Seal Above
OPTIONAL
Though the information below IS not reqUired by law, It may prove valuable to persons relYing on the document
and could prevent fraudulent removal and reattachment of thIS form to another document
Description of Attached Document
Title or Type of Document.
Document Date
Number of Pages:
Slgner(s) Other Than Named Above.
Capacity(ies) Claimed by Signer
Signer's Name'
D Individual
D Corporate Officer - TItle(s)
D Partner - D Limited D General
D Attorney in Fact
D Trustee
D Guardian or Conservator
D Other
RIGHT THUMBPRINT
OF SIGNER
Top of thumb here
I.
I'
~
~ Signer Is Representing
~ "
0.;~'Q<,.'Q<,.'9:,;g..'Q<,.'Q<,.~'g<..'Q<. <;.<;__
-~
'Y-
e 1999 National Notary Assoclallon . 9350 De SOlO Ave, POBox 2402 . Chatsworth CA 91313.2402 . wwwnatlonalnolaryorg
Prod No 5907
Reorder Call Toll-Free 1.800-876-6827
"? - --~'
'J
.J
'1
'1
.J
.j
I
,~
,I
1
.1
.1
,I
>I
.,
'1
.[
'I
.1
.1
'1
'I
.1
'I
'I
'I
'1
.1
.1
'I
'I
,[
'I
'I
'I
.[
-~-
.
.
.
State of California
County of Los Angeles
On March 1, 2007 before me, M. Gonzales, Notary Public, personally
appeared Michael Mayberry personally known to me (-er proved
to me on the basis of satisfactory evidence) to be the person~ whose
namefs) is/are subscribed to the within instrument and acknowledged to
me that he/she/they executed the same in his/her/their authorized
capacityEfes-), and that by his/her/their signatureW on the instrument the
personE-s1, or the entity upon behalf of which the personE-s1 acted,
executed the instrument.
WITNESS my hand and official seal.
/rn)j~~
M. Gonz: es
.
.
.
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary. in
pursuance of authority granted by ArtIcle VI, SectIOn 1. of the By-Laws of said Company, wh~ltin;e set forth on the reverse
side hereof and are hereby certified to be In full force and effect on the date hereo~ d~s~i1it~nate, constItute and
appoInt Michael MAYBERRY, of Los Angeles, California, its true ~~~e~b&htt Att~n-Fact. to make,
execute, seal and deliver, for, and on its behalf as surety, an4jlS-~~: ..l~~.J:.~.aU~~i~d undertakings and
the executIon of such bonds or undertakings in pursl./<l~~\~~e~~~ilV'~J,~~ding upon SaId Company, as fully
and amply, to all mtents and purposes. a~ it;~~y ~tid~'-duly..e,x~c:u.(effI ~Rfb'u1Wwledged by the regularly elected officers
of the Company at its office In R"'ln~&'0~Y'in'1h~~p~~t ~soifs.
\--::-'1 "....7\2/ ~ al.\' ,o,z\ \,,-~1.:5 c.
The said Assistant~dpd-h~n;~~I1l~~t~tract set fOlth on the reverse side hereof is a true copy of Article VI,
Section 1, of the By-MW~ smd Gifri1b:rn~~d(is1'1ow in force.
~ \ \ \ U'\.;>
IN WITNESS W~~~e'SaId Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate..sc:;ar of'the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of August,
A.D. 2003.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
a:rv~
~
By:
Assistant Secretary Paul C. Rogers
Vice President
T. E. Smith
St~te of Max:land } ss:
CIty of BaltImore
On this 7th day of August, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland. duly
commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND. to me personally known to be the individuals and officers
described m and who executed the preceding instrument. and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and dIrection of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my OffiCIal Seal the day and year first above
written.
f}/pJ
Dennis R. Hayden Notary Public
My Commission Expires: February I, 2005
POA-F 012-32658
'.
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
.
"Article VI. Section 2. The Chairman of the Board. or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specIally authonzed so to do by the Board of Directors or by the ExecutIve Committee,
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint ResIdent
Vice-Presidents, Assistant Vice-PresIdents and Attorneys-in-Fact as the business of the Company may reqUIre, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
polIcies, contracts, agreements, deeds, and releases and assignments of Judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney IS still in full force and effect on the date of thIs certificate: and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specIally authorized
by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolutIOn of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechamcally
reproduced signature of any Vice-President Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter. wherever appeanng upon a certified copy of any power of attorney issued by the Company, shall be valId ~
bInding upon the Company with the same force and effect as though manually affixed." .
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this
1st
day of
March
2007
Gfd~
AH1~tallt Secretar"
.
.
:.
.
SUBCONTRACTOR LIST
Prepared in compliance with ROW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name: 8th Street Bridge Replacements (Proiect No. 02 -15)
Failure to list subcontractors who are proposed to perform the work of heating,
ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and
electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive
and therefore void.
Subcontractor(s) that are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in
Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the
subcontractor(s) name.
If no subcontractor is listed below; the bidder acknowledges that it does not intend to use any
subcontractor to perform those items of work
Subcontractor Name OLYMPIC 6Lec..rR/c. C,rJ., ItJC .
Work to be Performed ~1J21c.p..L .
Subcontractor Name
Work to be Performed
f')..l2-s>ot-1-> t2.C I IN C .
~IIN~
Subcontractor Name PAI2$CN.5 gel IN C .
Work to be Performed \J.6NTI L.A-T' CN
Subcontractor Name PA{lScNS \281 INC.
Work to be Performed A\\2. WNDlTIcA\llN.~
Subcontractor Name
Work to be Performed
a-~ (2Vf
R-1AlVl0t~
IrJC.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
1-9
000328
January 2007
Page 13 Subcontractor list
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see WNW bxwa com
.
P ART II
CONTRACT FORMS SUBMITTED FOllOWING
AWARD OF CONTRACT
.
.
"
.
.
.
ORIGINAL
PUBLIC WORKS CONTRACT
This Contract IS made and entered into in duplicate thIS 16tJaay of April , 200?byand
between the CIty of Port Angeles, a non-charter code city ofthe State of Washington, hereinafter referred
to as "the City," and Parsons RCI Inc.
a Washington Cprporation , hereinafter referred to as "the Contractor."
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth, reqUIring
specialIzed skills and other SupportIve capabIlities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilitIes to perform the servIces set forth m this Contract.
NOW, THEREFORE, m conSIderatIOn of the terms, condItIOns, and agreements contained herein,
the partIes hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and eqUIpment m order to
accomplish the followmg project:
8th Street Bridge Replacements, Project 02-15
m accordance WIth and as described in SectIOn 1-01.3 of the Washington State Department of
TransportatIon Standard Specifications, and shall perform any alteratIons m or additions to the work
prOVIded under this Contract and every part thereof.
The Contractor shall proVIde and bear the expense of all eqUIpment, work, and labor of any sort
whatsoever that may be reqUIred for the transfer of materials and for constructing and completing the
work provided for m this Contract, except as may otherwIse be prOVIded m the Project Manual.
2. Time for Performance and LIqUIdated Damages.
A. Time IS of the essence m the performance of thIS Contract and in adhenng to the tIme
frames specified herem. The Contractor shall commence work wIthm ten (10) calendar
days after notIce to proceed from the City, and said work shall be physically completed
wIthm 350 workmg days after said notice to proceed, unless a different tIme frame IS
expressly prOVIded m wntmg by the CIty.
3. CompensatIon and Method ofPavment.
A. The City shall pay the Contractor for work performed under this Contract as detaIled m
the bid, as incorporated in the Project Manual.
B.
Payments for work provided hereunder shall be made following the performance of such
work, unless otherwIse permItted by law and approved m writmg by the CIty. No
payment shall be made for any work rendered by the Contractor except as identified and
set forth in thIS Contract.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
11- ]
000328
January 2007
.
C.
Progress payments shall be based on the ttmely submittal by the Contractor of the City's
standard payment request form.
D. Payments for any alterations in or additIOns to the work provided under this Contract
shall be in accordance wIth the Request For InformatIOn (RFI) and/or ConstructIOn
Change Order (CCO) process as set forth in the Project Manual. Followmg approval of
the RFI and/or CCO, the Contractor shall submit the standard payment request formes).
E. The Contractor shall submIt payment requests WIth a completed Application for Payment
form, an example of which IS included m the Attachments to this Contract. This form
includes a lien waiver certIficatIOn and shall be notanzed before submission. ApplIcations
for payment not sIgned or notanzed shall be conSIdered mcomplete and inelIgible for
payment consideratIOn. The City shall imtiate authorizatton for payment after receipt of a
sattsfactorily completed payment request form and shall make payment to the Contractor
WIthin approximately thirty (30) days thereafter.
4. Independent Contractor RelationshIp.
.
The relationship created by this Contract is that of independent contractmg enttties. No agent,
employee, servant, or representatIve of the Contractor shall be deemed to be an employee, agent, servant,
or representative of the City, and the employees of the Contractor are not entitled to any of the benefits
the City proVIdes for ItS employees. The Contractor shall be solely and entirely responsIble for ItS acts and
the acts of its agents, employees, servants, subcontractors, or representatives during the performance of
this Contract. The Contractor shall assume full responsIbilIty for payment of all wages and salaries and all
federal, state, and local taxes or contnbutIOns imposed or required, includmg, but not limited to,
unemployment insurance, workers compensation insurance, social secunty, and mcome tax WIthholding. -
5. PreVaIling Wage ReqUIrements.
The Contractor shall document compliance WIth applicable prevaIling wage requirements of the
Washington State Department of Labor & Industnes, as set forth in Chapter 39.12 RCW and Chapter
296-127 WAC and shall file with the City appropnate affidavits, certificates, and/or statements of
compliance with the State prevaIling wage reqUIrements. The Washmgton State Prevailing Wage Rates
For Public Works Contracts, Clallam County, incorporated in thIS Contract have been establIshed by the
Department of Labor & Industries and are included as an Attachment to thIs Contract. The Contractor
shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevaIling
wage and documentatton reqUIrements as set forth herein.
6. IndemnificatIOn and Hold Harmless.
A. The Contractor shall defend, indemnIfy, and hold harmless the City, its officers, offiCIals,
employees, and volunteers against and from any and all claims, mjunes, damages, losses,
or laWSUIts, including attorney fees, arising out of or m connectIOn WIth the performance
of this Contract, except for mjunes and damages caused by the sole neglIgence of the
CIty. It is further provided that no liability shall attach to the City by reason of entering
mto this Contract, except as expressly prOVIded herem.
B.
Should a court of competent jurisdIction determine that this Contract is subject to RCW
4.24.115, then, m the event of liabIlity for damages arising out of bodIly injUry to persons
or damages to property caused by or resulting from the concurrent neglIgence of the
Contractor and the City, ItS officers, officials, employees, and volunteers, the
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
II-2
000328
January 2007
. '
.
.
.
Contractor's liability hereunder shall be only to the extent of the Contractor's negligence.
It IS further specifically and expressly understood that the mdemmfication provided
herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title
51 RCW, solely for the purposes of thIS mdemmficatIOn. ThIS waIver has been mutually
negotIated by the partIes. The provisions of thIS section shall SUrvIve the expIration or
terminatIOn of thIS Contract.
7.
Insurance.
The insurance coverage shall be m accordance with and as descnbed in the Washmgton State
Department of TransportatIOn Standard SpecIficatIons DIvision 1-07.18.
A. Venfication of Coverage
The Contractor shall furnIsh the CIty with original certificates and a copy of the
amendatory endorsements, mcluding but not limited to the additional insured
endorsement, eVIdencing the insurance reqUIrements of the Contractor before
commencement of the work.
B. Subcontractors
The Contractor shall mclude all subcontractors as insureds under its policies or shall
furnIsh separate certIficates and endorsements for each subcontractor. All coverages for
subcontractors shall be subject to all of the same insurance reqUIrements as stated herein
for the Contractor.
8.
ComplIance WIth Laws.
A. The Contractor shall comply WIth all applicable federal, state, and local laws, including
regulatIons for licensmg, certIficatIOn, and operatIOn of facilIties and programs, and
accredItation and licensing of mdIviduals, and any other standards or cnteria as set forth
in the Project Manual.
B. The Contractor shall pay any applicable busmess and permit fees and taxes whIch may be
reqUIred for the performance of the work.
C. The Contractor shall comply with all legal and permitting reqUIrements as set forth in the
Proj ect Manual.
9. Non-DIscnmmatIOn.
Non-discrimmatIon shall be m accordance WIth and as described m the Washmgton State
Department of Transportation Standard SpecificatIOns and the Special ProvIsions DIVIsion 1-07.11.
10. Assignment.
A.
The Contractor shall not aSSIgn this Contract or any interest herem, nor any money due to
or to become due hereunder, without first obtaimng the written consent of the CIty, nor
shall the Contractor subcontract any part of the servIces to be performed hereunder
without first obtammg the consent of the CIty.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
000328
January 2007
II-3
"
, .
.
.
.
~
B.
The Contractor hereby assIgns to the City any and all claims for overcharges resulting
from antItrust violatIOns as to goods and matenals purchased in connection with this
Contract, except as to overcharges resultmg from antItrust violations commencing after
the date of the bId or other event establishmg the pnce of this Contract. In additIOn, the
Contractor warrants and represents that each of its suppliers and subcontractors shall
assIgn any and all such claIms for overcharges to the City in accordance with the terms of
this provision. The Contractor further agrees to gIve the CIty Immediate notice of the
existence of any such claIm.
11. Contract Administration.
R.M. Cranston, V.P & Director
ThIS Contract shall be admimstered by Contracts & Procurenent on behalf of the Contractor
and by James M. Mahlum. Proiect Manaf!er on behalf of the CIty. Any written notices requITed
by the terms of this Contract shall be served or mailed to the followmg addresses:
Contractor:
Parsons RCI, Inc.
1730 PO Box 1730
1216 140th Avenue Ct. E
Sumner, W A 98390
City:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
12. Interpretation and Venue.
This Contract shall be interpreted and construed m accordance with the laws of the State of
Washmgton. The venue of any htigation between the parties regardmg thIS Contract shall be Clallam
County, Washington.
IN WITNESS WHEREOF, the parties hereto have caused thIS Contract to be executed the day
and year first set forth above.
CONTRACTOR:
CITY OF PORT ANGELES:
Parsons RCI Inc.
Name of Contractor
~
Mayor a~~
By:
~~
Titlef~ s.~ a~'t\-:t
Attest:
~)QP~. , JJpto A
CI err -
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No 02-15
11-4
000328
January 2007
:..
.
.
.
CONTRACT BOND
Bond to the City of Port Angeles
08863468,
Bond # 82037555
KNOW ALL MEN BY THESE PRESENTS:
That we. the undersigned. Parsons RCI Inc. as Principal. and
Fidelity and Deposit * a corporation. organized and existing under the laws of the State **
~~sAiAQl9A, as a surety corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally
held and firmly bound to the City of Port Angeles in the penal sum of $ 18,416,067.20
for the payment of which sum on demand we bind ourselves and our successors. heirs, administrators, or
personal representatives, as the case may be. * Company of Maryland and Federal Insurance
Company ** of Maryland and Indiana
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of
the City of Port Angeles.
Dated at Los Angeles, CA ,WashifIgt6ft". this17th day of April ,20 07.
The conditions of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said Parsons RCI Inc. the
above bounded Principal, a certain contract, the said contract being numbered 02-15 . and providing
for 8th Street Bridae Replacements (which contract is referred to herein and is made a part hereof
as though attached hereto), and
WHEREAS. the said Principal has accepted, or is about to accept, the said contract. and undertake to
perform the work therein provided for in the manner and within the time set forth; now, therefore,
If the said Principal, Parsons RCI Inc. , shall faithfully perform all of the
provisions of said contract in the manner and within the time therein set forth, or within such extensions of
time as may be granted under said contract, and shall pay all laborers. mechanics, subcontractors and
materialmen, and all persons who shall supply said Principal or subcontractors with provisions and
supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless
from any damage or expense by reason of failure of performance as specified in said contract or from
defects appearing or developing in the material or workmanship provided or performed under said
contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in
that event. this obligation shall be void; but otherwise. it shall be and remain in full force and effect.
Signed this 17thday of April
Fidelity and Deposit Company
Federal Insurance Company
Surety
BY~Ura -
,20 07.
of Maryland
Parsons RCI Inc.
Principal
h/1)~
By Ian R. Thomsen
-
Attorney in Fact
Vice President
Title
Aon Risk Services, Inc.
707 Wilshire Blvd, Los Angeles, CA 90017
Agent Address
Charlene NaKamura 213-630-3200
Agent Contact and Phone Number
Title
801 N. Brand, Glendale, CA 91203
PO Box 1615, Warren NJ 07061-1615
Surety Address
Andy Platt 818-409-2812
Sceve Grella 213-612-5573
Surety Contact and Phone Number
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
11-5
000328
January 2007
.
.
.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
~-,
State of California
} 55
County of
Los Angeles
On April 18, 2007
Date
, before me, Ladene Marie McLoughlin, Notary Public,
Name and Title of Officer (e 9 , "Jane Doe. Notary Public")
personally appeared
Ian R. Thomsen
Name(s) of Slgner(s)
r
f
f.
!Xl personally known to me
o proved to me on the basIs of satisfactory
eVidence
LADENE MARIE MCLOUGHLIN
Commission # 1524314
Notary Public - California ~
Los Angeles County
My Comm. Expires Nov 2, 2008
to be the person(s) whose name(s) is/are
subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized
capacitY(les), and that by his/her/their
signature(s) on the Instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the Instrument
I'
[
Place Notary Seal Above
I'
Though the mformatlon below IS not reqUIred by law, It may prove valuable to persons relymg on the document
and could prevent fraudulent removal and reattachment of thIs form to another document
~,
Description of Attached Document
Title or Type of Document
Document Date
Number of Pages
Slgner(s) Other Than Named Above
[,
Capacity(ies) Claimed by Signer
Signer's Name'
D Individual
D Corporate Officer - Title(s):
D Partner - D Limited D General
D Attorney In Fact
D Trustee
D Guardian or Conservator
D Other
Top of thumb here
RIGHT THUMBPRINT
OF SIGNER
u
(,
Signer Is Representing'
~
- ,~ - ~ ~ - ~ - - -
~ ~
@ 1999 National Notary ASSOciatIon. 9350 De Soto Ave, PO Box 2402. Chatsworth. CA 91313.2402. wwwnatlonatnotaryorg
Prod No 5907
Reorder Call TolI.Free 1 -800-876-6827
~
~
~
~
, ~
j
,j
j
1
J
'I
, ~
.1
.J
~
.]
I
'J
I
I
.)
.1
'J
.~
.1
.]
,]
]
]
'J
.
.
.
:.
State of California
County of Los Angeles
On April 17, 2007 before me, M. Gonzales, Notary Public,
personally appeared C.K. Nakamura personally known to me
(or proved to me on the basis of sati~factory evidence) to be the personEst
whose namets) is/are subscribed to the within instrument and
acknowledged to me that fte/she/~ executed the same in Ris/her/t-AeH-
authorized capacity(-ies1; and that by fHs/her/..tAeH= signature(~ on the
instrument the person~, or the entity upon behalf of which the personEsj
acted, executed the instrument.
WITNESS my hand and official seal.
/}11~~
M. Gonzal
.
.
.
"
State of California
County of Los Angeles
On April 17, 2007 before me, M. Gonzales, Notary Public,
personally appeared C.K. Nakamura personally known to me
(()r pro'Jed to me on the basis of sati~factory evidence) to be the personEst
whose nameW is/are s,u bscri bed to the within instrument and
acknowledged to me that he/she/tRey executed the same in Ris/her/t-Reir
authorized capacity(test; and that by -Ris/her/-tI:leH= signature(-sj on the
instrument the person~, or the entity upon behalf of which the person~
acted, executed the instrument.
WITNESS my hand and official seal.
~
M. Gonzale
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, AssIstant Secretary, in
pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, w9~~~set forth on the reverse
side hereof and are hereby certified to be in full force and effect on the date hereo~ d~s~~~nate, constitute and
appoint C. K. NAKAMURA, of Los Angeles, California, its true and J.a;wfur~"6rlt ~~'Morne.vl'~act, to make, execute,
-- J}_,rQl1 \ ~l'fl\
seal and deliver, for, and on its behalf as surety, and as its a~~\s-aro-an ~L~c\~ ~~~,t! takings and the
execution of such bonds or undertakings in pursuan(,p-Af/lli)lrse~~, .s~l!-~~, '!JI.._~l\L..c:on said Company, as fully and
.-::\"r"",~J'( ~J-; \. ~ - .., \ \ "'- ~p
amply, to all mtents and purposes, as if t..J:t~~ ~~~y--exeq'ff~i,1&1 ~~ ged by the regularly elected officers of
the Company at its office in ~al~€r~;Ijn-lli~r,~~~~rSJirs':JThis power of attorney revokes that issued on
behalf of C. K. NA~da'tBc't-Mn~30~~D\ \\ ~ ~
\ v l~') r ,) ~7Z...,\\::./ \...-'
The said Assistant see 0~~.f~~tlfj1hat the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By-~~C~p1ky, and is now in force.
IN WITNESS WH~~F, the sald Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of October,
A.D. 2003.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
o:y V~
By:
Assistant Secretary Paul C. Rogers
~
T. E. Smith
Vice President
State of Mal)'land }ss:
City of Baltimore
On this 3rd day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretal'y of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and bemg
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding'instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and theIr signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
f?/P0
Dennis R. Hayden Notary Public
My Commission Expires: Febmary 1, 2005
POA.F 012.3265M
\
\
,
)
'.
\
\
\
,
.,
\
\
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
\
\
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or dny of the Senior
Vice-Presidents or VICe-Presidents specially authorized so to do by the Board of Directors or by the Executive Comrmttee,
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to a~point Resident
Vice-Presidents, AssIstant Vice-Presidents and Attorneys-in-Fact as the business of the Company may teqUlre, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizance~, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of Judgements, decrees, mortgages and I~struments in
the nature of mortgages,...and to affix the seal of the Company thereto." \
CERTIFICATE \
I, the undersigned, Assistant Secretary ofthe FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereb~ certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized
by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws \of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND. \
, This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
\
,Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
t,he 10th day of May, 1990. \
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsirmle or mechanically
reproduced signature of any Vice-President, Secretary, or ASSistant Secretary of the Company, whether made heretofore \or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid Jd
binding upon the Company with the same force and effect as though manually affixed." \
H'f, TESTIMONY WHEREOF, I have hereunto subscnbed my name and affixed the corporate seal of the saId Company,
\ \
this '. 17th day of April 2007
ofc!~
Ass/slallt Secretary
\
\
'~
..,. ,.3
, i_ A CORDTM_JCERTIFI@A:TE~,bF:t~4,1UEIfuY:li~~slJaA:~c{:E ... I DATE(MM/DD/YYYY) i
! 04/18/2007 ;
no. . __ _ __. _._.
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
Aon Risk Services, Inc of So CA Insurance service
707 Wllshlre Boulevard AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
Suite 6000 CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE
Los Angeles CA 90017-0460 USA COVERAGE AFFORDED BY THE POLICIES BELOW.
PHONE. (866) 283-7122 FAX- (847) 953-5390 INSURERS AFFORDING COVERAGE NAIC #
IN~URED fNSURER A National union Fire Ins Co of pittsburgh 19445
Parsons RCI Inc. INSURER B Amen can Home Assurance Co. 19380
PO Box 1730
Sumner, WA 98390 USA INSURER C
fNSURER D
fNSURER E
COVERAGES , "0 . . . SIR Ma ADDIY
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICA TED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MA Y BE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION
LTR INSRU TYPE OF INSURANCE POLICY !'lUMBER DATE(MMIDDlYY) DA TE(MMIDDlYY) LIMITS
A ~''^' ''^""...., GL1794615 01/01/07 01/01/08 EACH OCCURRENCE $1,500,000
X COMMERCIAL GENERAL LIABILITY AOS Included
A GL1794617 01/01/07 01/01/08 DAMAGE TO RENTED
X CLAIMS MADE D OCCUR FL PREMISES (Cd occurence)
MLD EXp (Anyone person) InC uaea
A X professlOnal l1ab,llty GL1794618 01/01/07 01/01/08
OR PERSONAL & ADV INJUR Y Included
0 GENERAL AGGREGATE $3,000,000
GEN'L AGGREGATE LIMIT APPLIES PER Included
PRODUCTS - COMP/OP AGG
~ POLICY D PRO- D LOC
JECT
A AUTOMOBILE LIABILITY CA8262562 01/01/07 01/01/08 COMBINeD SfNGLE LIMIT
X ANY AUTO AOS (CJ aCCident) $1,000,000
B X CA8262561 01/01/07 01/01/08
ALL OWNED AUTOS MA BODlL Y INJURY
X SCHEDULED AUTOS ( Per person)
X HIRED AUTOS BODILY fNJURY
X NON OWNeD AUTO, (Per dCCldent)
- PROPERTY DAMAGE
- (Per aCCident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT
B ANY AUTO OTHER THAN EA ACC
AUTO ONLY
AGG
EXCE,S /UMBRELLA LIABILITY EACH OCCURRENCE
o OCCUR D CLAIMS MADE AGGREGATE
E3 DEDUCTIBLE
RETENTION
IWC STATU. I I7TH-
WORKERS COMPENSATION AND TORY LIMITS ER
EMPLOYER~' LIABILITY E L EACH ACCIDENT
ANY PROPRIeTOR / PARTNER / EXECUTIVE
OFFICER/MEMBER EXCLUDED" E L DlSEASE-EA EMPLOYEE
J I ye~, descnbe under SPECIAL PROVISIONS E L DISEASE-POLICY LIMIT
below
OTHER
DESCRIPTION OF OPERA TIONS/LOCA TIONSNEHICLES/rXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
JOb# 406357; proJect Descrlptlon: 8th Street Brldge Replacements. See Attachment for Special Clauses and CG 20 10
11 85, *10-day notlce of cancellatlon for non-payment of premlum,
CERTIFICA TE HOLDER CANCELLA TION
. Clty of port Angeles SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
321 East Fifth Street DATE THEREOF, THE ISSUING INSURER WILL eNDEAVOR TO MAIL
Port Angeles WA 98362 USA 30 DAYS WRITTEN NOTICE TO THe CeRTIFICATE HOLDER NAMeD TO THE LeFT,
BUT FAILURE TO DO SO SHALL IMPose NO OBLIGATION OR LIABILITY
OF ANY KfND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES
AUTHORIZED REPREseNTATIVE I!6:l ~ S~,14~ ~ S6lll'h0lll ~ 1~JI/1rMI4 S~
ACORD 25 (2001/08) " ACORD CORPORATION 1988
...
ClJ
S
....
=
ClJ
"Cl
....
...
ClJ
"Cl
'0
:c
tv'l
co
.-!
~
<D
o
N
N
o
o
.....
U"l
o
;z:
~
'"
...
!E
...
ClJ
U
-
~
iibii
IIZ..-o
~
~
......
~
~
~
~
~
~
~-
~~
~
~
-=-ii
..
,\ .........
.~
Chubb
Surety
POWER
OF
ATTORNEY
Federal Insurance Company
Vigilant Insurance Company
Pacific Indemnity Company
Attn: Surety Department
15 Mountain View Road
Warren, NJ 07059
CHUBB
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE
.COMPANY, a New York cOlJ>oration, and PACIFIC INDEMNITY COMPANY, a Wisconsin corlloration, do each hereby constitute and
point E.S. Albrecht, Jr., Tracy Aston, Joyce Herrin, M.R. Mayberry, C.K. Nakamura, Maria Pena and Lisa L.
hornton of Los Angeles, California
each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affIX their corporate seals to and deliver for and on their behalf as
surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and
any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in seid bonds or obligations.
In WItness Whereof, seid FEDERAL INSURANCE COMfU'NY. VIGILANT It:lSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY haV/1 each executed and attested
these presents and affIXed their corporate seals on this 4 day of Apnl, 2006
~~-:d~ ~L~/
nnath C. Wendel, Assistant Secratary 7
~.>? ~G:~)
J P. mith, Vice President
STATE OF NEW JERSEY
County of Somerset
On this 4th day of April, 2006 before me, a Notary Public of New Jersey, personally came Kennath C. Wendel, to me
known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which
executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secratary of FEDERAL
INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affIXed to the
foregoing Power of Attorney are such corporate seals and were thereto affIXed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as
Assistant Secretary of said Companies by like authority; and that he is acquainted with John P Smith, and knows him to be Vice President of said Companies; and that the
signature of John P. Smith, subscribed to said Power of Attorney is in the genuine handwriting of John P. Smith, and was thereto subscribed by authority of said By- Laws anll
in deponent's presence.
ss.
Notarial Seal
.
KAREN A. fDEl
Notary Public, Stat. of New ....,
No. 22316-47
Commission Expires Oct. 28, 200'9
<\~dtL
Notary Public
CERTIFICATION
"All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the
President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The
signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affIXed by facsimile to any power of attorney or to any
certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other
writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shell be valid and
binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the
Company with respect to any bond or undertaking to which it is attached."
I, Kenneth C. Wendel, Assistant Secratary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
(the "Companies") do hereby certify that
(i) the foregoing extract of the By- Laws of the Companies is true and correct,
(ij) the Companies are dUly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are
authorized by the U.S. Treauy Depertmert; further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed
in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and
(iii) the foregoing Power of Attorney is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Warren, NJ thiS
April 17, 2007
L~21f!d <~~
;' Kenneth C. endel, Assi tant Secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER
MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656
e-mail: surchubb.com
t'
.- '
.
.
.
...
INSURED
Parsons RCI Inc.
PO Box 1730
Sumner, WA 98390 USA
Speclal Clauses
Additional Insured:
Except as respects workers' Compensation and professlonal Liability Coverage and solely as
respects work performed by the named insured, City of Port Angeles and State of Washington are
lncluded as an additional insured but only to the extent of the named lnsured's negligence.
Certificate No :
570022064183
". ~,'"
.
.
.
...'
INSURED
Parsons RCI Inc.
PO Box 1730
Sumner, WA 98390 USA
CG 20 10 11 85
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSERS OR CONTRACTORS (FORM B)
ThlS endorsement modlfles insurance provided under the following:
COMMERCIAL GENERAL LIABILTY COVERAGE PART.
SCHEDULE
Name of Persons or organizatlon: City of Port Angeles and State of washington
RE: Job# 406357; 8th Street Bridge Replacements
(If no entry appears above, lnformation required to complete this endorsement will be shown ln
the Declarations as appllcable to this endorsement)
WHO IS AN INSURED (section II) is amended to include as an lnsured the person or or~anization
shown in the Schedule, but only with respect to liablllty arislng out of "your work' for that
insured by or for you.
CG 20 10 11 85 Copyrlght, Insurance SerVlces office, Inc., 1984
Certificate No :
570022064183
.
PART III
STATE AMENDMENTS
TO THE
STANDARD SPECIFICATIONS
.
.
\
.
.
.
PART III
AMENDMENTS TO THE STANDARD SPECIFICATIONS
Table of Contents
PAGE
l~lrFlODLJ(;lrIO~-------------------------------------------------------------------------------------- 111-1
SE(;lrIO~ 1-04, S(;OPE OF THE WOFlK...............................................................11I-1
SE(;lrIO~ 1-06, (;O~lrFlOL OF MATEFlIAL............................................................ 111-1
SE(;lrIO~ 1-07, LEGAL FlELAlrIO~S A~D FlESPO~SIBILllrIES
lrO THE PLJBLI(;......... .............................. ................................. ... 111-3
SE(;lrIO~ 1-08, PFlOSE(;LJTIO~ A~D PFlOGFlESS .............................................. 111-4
SE(;lrIO~ 1-09, MEASLJFlEME~T A~D PAYME~lr .............................................. 111-12
SE(;lrION 2-03, FlOADWAY EX(;AVAlrION AND EMBA~KMENlr ........................111-12
SE(;lrION 2-09, STFlLJ(;TLJFlE EX(;A VA TION ...................................................... 111-16
SE(;lrION 2-12 (;ONSlrFlLJ(;TION GEOlrEXlrlLE ................................................111-16
SE(;lrION 3-01, PFlODLJ(;TIO~ FFlOM QLJAFlFlY A~D Pllr SITES ......................111-16
SE(;lrION 5-01, (;EME~lr (;O~(;FlETE PAVEME~lr FlEHABILlTAlrlON ..............111-17
SE(;TION 5-05, (;EMENlr (;O~(;FlElrE PAVEMENlr............................................ 111-18
SE(;lrION 6-02, (;ON(;FlETE SlrFlLJ(;TLJFlES ......................................................111-19
SE(;lrION 6-03, STEEL STFlU(;TLJFlES ........................... .......... ......................... 111-24
SE(;lrION 6-05, PILI ~G ....................................................................................... 111-25
S E(;lrION 6-07, PAINlrl ~G................................................................................... 111-25
SE(;lrION 6-11, FlEI~FOFl(;ED (;O~(;FlETE WALLS .......................................... 111-26
SE(;lrION 6-12, NOISE BAFlFlIEFl WALLS........................................................... 111-30
SE(;lrION 6-13, STRLJCTU RAL EARTH WALLS.................................................. 111-30
SE(;lrION 6-14, GEOSY~lrHElrl(; FlElrAI~I~G WALLS....................................... 111-31
SE(;lrION 6-15, SOIL ~AIL WALLS........... ....... ..... ............................................... 111-32
SE(;lrION 6-16, SOLDIEFl PILE AND SOLDIEFl PILE TIEBA(;K WALLS............. 111-33
SE(;lrION 6-17, PEFlMANENT GFlOLJND AN(;HOFlS..........................................11I-34
SE(;lrION 7-01 , DMINS...................................................................................... 111-34
SE(;lrION 7-02, (;UL VEFllrS................................................................................. 111-35
SE(;TION 7-04, STOFlM SEWEFlS...................................................................... 111-35
SE(;TION 8-01, EFlOSION (;ONTFlOLAND WAlrEFl POLLLJTION (;ONTFlOL....1I1-35
SE(;lrION 8-02, FlOADSIDE FlESlrOM lrIO~..................... ........................ .......... 111-37
SE(;TION 8-04, (;UFlBS, GUTIEFlS, AND SPILLWAYS ......................................111-37
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No 02-15
III-i
000328
January 2007
SECTION 8-08, RUMBLE STRiPS..................................................... .................. 111-38
SECTION 8-09, RAISED PAVEMENT MARKERS................................................ 111-38
SECTION 8-11, GUARDRAIL........................................ ....................................... 111-38
SECTION 8-16, CONCRETE SLOPE PROTECTION .......................................... 111-39
SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,
AND ELECTRICAL ........... ............................ .............................. 111-39
SECTION 8-21, PERMANENT SIGNING ............................................................. 111-40
SECTION 8-22, PAVEMENT MARKING ............................................................... 111-41
SECTION 9-00, DEFINITIONS AND TESTS ........................................................111-45
SECTION 9-02, BITUMINOUS MATERIALS ........................................................111-45
SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ...... 111-47
SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS.................. 111-49
SECTION 9-09, TIMBER AND LUMBER.............................................................. 111-49
SECTION 9-12, MASONRY UNITS........................................................ .............. III-50
SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION,
AND ROCK WALLS.................................................................... III-51
SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING ..................111-51
SECTION 9-15, IRRIGATION SYSTEM ...... ......................................................... III-58
SECTION 9-16, FENCE AND GUARDRAIL ......................................................... III-58
SECTION 9-22, MONUMENT CASES ................................................................. III-58
SECTION 9-28, SIGNING MATERIALS AND FABRICATION ............................... III-58
SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL.................................... III-58
SECTION 9-30, WATER DISTRIBUTION MATERIALS ........................................111-64
SECTION 9-33, CONSTRUCTION GEOSYNTHETIC.......................................... 111-65
SECTION 9-34, PAVEMENT MARKING MATERIAL ............................................111-73
SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS ...................... 111-74
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
000328
January 2007
II1-ii
.
.
.
.
.
.
1 INTRODUCTION
2 The following Amendments and Special Provisions shall be used in conjunction with
3 the Washington State Department of Transportation's 2006 Standard Specifications for
4 Road, Bridge, and Municipal Construction.
5
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
8 The following Amendments to the Standard Specifications are made a part of this
9 contract and supersede any conflicting provisions of the Standard Specifications. For
10 informational purposes, the date following each Amendment title indicates the
11 implementation date of the Amendment or the latest date of revision.
12
13 Each Amendment contains all current revisions to the applicable section of the
14 Standard Specifications and may include references which do not apply to this
15 particular project.
16
17 SECTION 1-04, SCOPE OF THE WORK
18 April 3, 2006
19 1-04.6 Variation in Estimated Quantities
20 The third paragraph beginning with "If the adjusted final quantity of any items", is
21 revised to read:
22
23 If the adjusted final quantity of any item does not vary from the quantity shown in
24 the proposal by more than 25%, then the Contractor and the Contracting Agency
25 agree that all work under that item will be performed at the original contract unit
26 price.
27
28 SECTION 1-06, CONTROL OF MATERIAL
29 April 3, 2006
30 1-06.1 Approval of Materials Prior to Use
31 The second sentence in the first paragraph is revised to read:
32
33 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source
34 Approval (ASA) Database, or the Request for Approval of Material (RAM) form.
35
36 Number 1 under the second paragraph is revised to read:
37
38 1. Shall be new, unless the Special Provisions or Standard Specifications permit
39 otherwise;
40
41 1-06.1(1) Qualified Products List (QPL)
42 This section is supplemented with the following:
43
44 The current QPL can be accessed on-line at
45 www.wsdot.wa.gov/biz/mats/OPUOPL.cfm
CITY OF PORT ANGELES
8th Street Bndge Replacements
ProjectNo 02-15
III-I
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
/
The following new sub-section is inserted to follow 1-06.1 (2).
.
1-06.1(3) Aggregate Source Approval (ASA) Database
The ASA is a database containing the results of WSDOT preliminary testing of
aggregate sources. This database is used by the Contracting Agency to indicate
the approval status of these aggregate sources for applications that require
preliminary testing as defined in the contract. The ASA 'Aggregate Source
Approval Report' identifies the currently approved applications for each aggregate
source listed. The acceptance and use of these aggregates is contingent upon
additional job sampling and/or documentation.
Aggregates approved for applications on the ASA 'Aggregate Source Approval
Report' not conforming to the specifications, not fulfilling the acceptance
requirements, or improperly handled or installed, shall be replaced at the
Contractor's expense.
For questions regarding the approval status of an aggregate source, contact the
WSDOT Regional Materials Engineer for the Region the source is located in. The
Contracting Agency reserves the right to make revisions to the ASA database at
anytime.
If there is a conflict between the ASA database and the contract, then the contract
shall take precedence over the ASA database in accordance with Section 1-04.2.
The ASA database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA
1-06.2(2)0 Quality level Analysis
Item 9 under the first paragraph is revised to read:
.
9. Determine the Composite Pay Factor (CPF) for each lot.
33
34
35
36
37
38
39
40
CPF = f1(PF1) + f2(PF2) +.+ fi(PFi)
Lf
I
i = 1 to j
where:
fi = price adjustment factor listed in these
Specifications for the applicable material
j = number of constituents being evaluated
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
000328
January 2007
III-2
.
.
.
1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE
2 PUBLIC
3 August 7, 2006
4 1-07.9(1) General
5 The fifth paragraph is revised to read:
6
7 If employing labor in a class not listed in the contract provisions on state funded
8 projects only, the Contractor shall request a determination of the correct wage
9 and benefits rate for that class and locality from the Industrial Statistician,
10 Washington State Department of Labor and Industries (State L&I), and provide a
11 copy of those determinations to the Engineer.
12
13 The fifth paragraph is supplemented with the following new paragraph:
14
15 If employing labor in a class not listed in the contract provisions on federally
16 funded projects, the Contractor shall request a determination of the correct wage
17 and benefits for that class and locality from the U. S. Secretary of Labor through
18 the project engineer's office. Generally, the contractor initiates the request by
19 preparing standard form 1444 and submitting it to the project engineers' office for
20 further action.
21
22 1-07.10 Worker's Benefits
23 The fourth paragraph is revised to read:
24
25 The Public Works Contract Division of the Washington State Department of Labor
26 and Industries will provide the Contractor with applicable industrial insurance and
27 medical aid classification and premium rates. After receipt of Revenue Release
28 from the Washington State Department of Revenue, the contracting agency will
29 verify through the Department of Labor and Industries that the Contractor is
30 current with respect to the payments of industrial insurance and medical aid
31 premiums.
32
33 1-07.15 Temporary Water Pollution/Erosion Control
34 The first paragraph is revised to read:
35
36 In an effort to prevent, control, and stop water pollution and erosion within the
37 project, thereby protecting the work, nearby land, streams, and other bodies of
38 water, the Contractor shall perform all work in strict accordance with all Federal,
39 State, and local laws and regulations governing waters of the State, as well as
40 permits acquired for the project.
41
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
III-3
000328
January 2007
1 SECTION 1-08, PROSECUTION AND PROGRESS .
2 December 4, 2006
3 1-08.1 Subcontracting
4 The eighth paragraph (beginning with - On all projects funded with both Contracting
5 Agency funds and Federal assistance ...) is supplemented with the following:
6
7 The Contractor has the option of submitting actual MBE/WBE or DBE payment
8 data, on Federally assisted, Federally assisted and Contracting agency funded,
9 and Contracting Agency funded only contracts to the contracting agency on a
10 monthly basis using the Contract Monitoring and Tracking System (CMATS)
11 through the BizWeb application located at
12 http://www.omwbe.wa.Qov/bizwebatwashinQton. Use of CMATS will become a
13 requirement for all contractors effective January 7,2008.
14
15 1-08.3 Progress Schedule
16 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the
17 following:
18
19 1-08.3 Progress Schedule
20 1-08.3(1) General Requirements
21 The Contractor shall submit Type A or Type B Progress Schedules and
22 Schedule Updates to the Engineer for approval. Schedules shall show work
23 that complies with all time and order of work requirements in the contract.
24 Scheduling terms and practices shall conform to the standards established in .
25 Construction Planning and Scheduling, Second Edition, published by the
26 Associated General Contractors of America. Except for Weekly Look-Ahead
27 Schedules, all schedules shall meet these General Requirements, and
28 provide the following information:
29
30 1. Include all activities necessary to physically complete the project.
31
32 2. Show the planned order of work activities in a logical sequence. r
33
34 3. Show durations of work activities in working days as defined in
35 Section 1-08.5.
36
37 4. Show activities in durations that are reasonable for the intended
38 work.
39
40 5. Define activity durations in sufficient detail to evaluate the progress
41 of individual activities on a daily basis.
42
43 6. Show the physical completion of all work within the authorized
44 contract time.
45
46 The Contracting Agency allocates its resources to a contract based on the
47 total time allowed in the contract. The Contracting Agency may accept a
48 Progress Schedule indicating an early physical completion date but cannot .
49 guarantee the Contracting Agency's resources will be available to meet an
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-4
000328
January 2007
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
accelerated schedule. No additional compensation will be allowed if the
Contractor is not able to meet their accelerated schedule due to the
unavailability of Contracting Agency's resources or for other reasons beyond
the Contracting Agency's control.
If the Engineer determines that the Progress Schedule or any necessary
Schedule Update does not provide the required information, then the
schedule will be returned to the Contractor for correction and resubmittal.
The Engineer's approval of any schedule shall not transfer any of the
Contractor's responsibilities to the Contracting Agency. The Contractor alone
shall remain responsible for adjusting forces, equipment, and work
schedules to ensure completion of the work within the time(s) specified in the
contract.
1-08.3(2) Progress Schedule Types
Type A Progress Schedules are required on all projects that do not contain
the bid item for Type B Progress Schedule. Type B Progress Schedules are
required on all projects that contain the bid item for Type B Progress
Schedule. Weekly Look-Ahead Schedules and Schedule Updates are
required on all projects.
1-08.3(2)A Type A Progress Schedule
The Contractor shall submit five copies of a Type A Progress Schedule
no later than 10 days after the date the contract is executed, or some
other mutually agreed upon submittal time. The schedule may be a
critical path method (CPM) schedule, bar chart, or other standard
schedule format. Regardless of which format used, the schedule shall
identify the critical path. The Engineer will evaluate the Type A Progress
Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.3(2)8 Type 8 Progress Schedule
The Contractor shall submit a preliminary Type B Progress Schedule no
later than five calendar days after the date the contract is executed. The
preliminary Type B Progress Schedule shall comply with all of these
requirements and the requirements of Section 1-08.3(1), except that it
may be limited to only those activities occurring within the first 60
working days of the project.
The Contractor shall submit five copies of a Type B Progress Schedule
no later than 30 calendar days after the date the contract is executed.
The schedule shall be a critical path method (CPM) schedule developed
by the Precedence Diagramming Method (PDM). Restraints may be
utilized, but may not serve to change the logic of the network or the
critical path. The schedule shall display at least the following
information:
Contract Number and Title
Construction Start Date
Critical Path
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No. 02-15
III-5
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
Activity Description
Milestone Description
Activity Duration
Predecessor Activities
Successor Activities
Early Start (ES) and Early Finish (EF) for each activity
Late Start (LS) and Late Finish (LF) for each activity
Total Float (TF) and Free Float (FF) for each activity
Physical Completion Date
Data Date
.
The Engineer will evaluate the Type B Progress Schedule and approve
or return the schedule for corrections within 15 calendar days of
receiving the submittal.
1-08.3(2)C Vacant
1-08.3(2)D Weekly Look-Ahead Schedule
Each week that work will be performed, the Contractor shall submit a
Weekly Look-Ahead Schedule showing the Contractor's and all
subcontractors' proposed work activities for the next two weeks. The
Weekly Look-Ahead Schedule shall include the description, duration,
and sequence of work, along with the planned hours of work. This
schedule may be a network schedule, bar chart, or other standard
schedule format. The Weekly Look-Ahead Schedule shall be submitted
to the Engineer by the midpoint of the week preceding the scheduled
work or some other mutually agreed upon submittal time.
.
1-08.3(3) Schedule Updates
The Engineer may request a Schedule Update when any of the following
events occur:
1. The project has experienced a change that affects the critical path.
2. The sequence of work is changed from that in the approved
schedule.
3. The project is significantly delayed.
4. Upon receiving an extension of contract time.
The Contractor shall submit five copies of a Type A or Type B Schedule
Update within 15 calendar days of receiving a written request, or when an
update is required by any other provision of the contract. A "significanf' delay
in time is defined as 1 0 working days or 1 0 percent of the original contract
time, whichever is greater.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
000328
January 2007
I1I-6
.
--
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
In addition to the other requirements of this Section, Schedule Updates shall
reflect the following information:
1. The actual duration and sequence of as-constructed work activities,
including changed work.
2. Approved time extensions.
3. Any construction delays or other conditions that affect the progress
of the work.
4. Any modifications to the as-planned sequence or duration of
remaining activities.
5. The physical completion of all remaining work in the remaining
contract time.
Unresolved requests for time extensions shall be reflected in the Schedule
Update by assuming no time extension will be granted, and by showing the
effects to follow-on activities necessary to physically complete the project
within the currently authorized time for completion.
1-08.3(4) Measurement
No specific unit of measurement shall apply to the lump sum item for Type B
Progress Schedule.
1-08.3(5) Payment
Payment will be made in accordance with Section 1-04.1, for the following
bid item when it is included in the proposal:
"Type B Progress Schedule", lump sum.
The Lump Sum price shall be full pay for all costs for furnishing the Type B
Progress Schedule and preliminary Type B Progress Schedule.
Payment of 80 percent of the lump sum price will be made upon approval of
the Progress Schedule.
Payment will be increased to 100 percent of the lump sum price upon
completion of 80 percent of the original total contract award amount.
All costs for providing Type A Progress Schedules and Weekly Look-Ahead
Schedules are considered incidental to other items of work in the contract.
No payment will be made for Schedule Updates that are required due to the
Contractors operations. Schedule Updates required by events that are
attributed to the actions of the Contracting Agency will be paid for in
accordance with Section 1-09.4.
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No 02-15
III- 7
000328
January 2007
1 1-08.4 Prosecution of Work
2 The first sentence is revised to read: .
3
4 The Contractor shall begin work within 21 calendar days from the date of
5 execution of the contract by the Contracting Agency, unless otherwise approved
6 in writing.
7
8 1-08.5 Time for Completion
9 This section is revised to read:
10
11 The Contractor shall complete all physical contract work within the number of
12 ''working days" stated in the Contract Provisions or as extended by the Engineer
13 in accordance with Section 1-08.8. Every day will be counted as a ''working day"
14 unless it is a nonworking day or an Engineer determined unworkable day. A
15 nonworking day is defined as a Saturday, a Sunday, a whole or half day on which
16 the contract specifically prohibits work on the critical path of the Contractor's
17 approved progress schedule, or one of these holidays: January 1, the third
18 Monday of January, the third Monday of February, Memorial Day, July 4, Labor
19 Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas
20 Day. When any of these holidays fall on a Sunday, the following Monday shall be
21 counted a nonworking day. When the holiday falls on a Saturday, the preceding
22 Friday shall be counted a nonworking day. The days between December 25 and
23 January 1 will be classified as nonworking days.
24
25 An unworkable day is defined as a half or whole day the Engineer declares to be ..
26 unworkable because of weather or conditions caused by the weather that _
27 prevents satisfactory and timely performance of the work shown on the critical
28 path of the Contractor's approved progress schedule. Other conditions beyond
29 the control of the Contractor may qualify for an extension of time in accordance
30 with Section 1-08.8.
31
32 Contract time shall begin on the first working day following the 21 st calendar day
33 after the date the Contracting Agency executes the contract. If the Contractor
34 starts work on the project at an earlier date, then contract time shall begin on the
35 first working day when onsite work begins. The contract provisions may specify
36 another starting date for contract time, in which case, time will begin on the
37 starting date specified.
38
39 Each working day shall be charged to the contract as it occurs, until the contract
40 work is physically complete. If substantial completion has been granted and all
41 the authorized working days have been used, charging of working days will
42 cease. Each week the Engineer will provide the Contractor a statement that
43 shows the number of working days: (1) charged to the contract the week before;
44 (2) specified for the physical completion of the contract; and (3) remaining for the
45 physical completion of the contract. The statement will also show the nonworking
46 days and any half or whole day the Engineer declares as unworkable. Within 10
47 calendar days after the date of each statement, the Contractor shall file a written
48 protest of any alleged discrepancies in it. To be considered by the Engineer, the
49 protest shall be in sufficient detail to enable the Engineer to ascertain the basis
50 and amount of time disputed. By not filing such detailed protest in that period, the .
51 Contractor shall be deemed as having accepted the statement as correct.
CITY OF PORT ANGELES
8th Street Bridge Replacements
ProjectNo 02-15
III-8
000328
January 2007
.
.
.
1 The Engineer will give the Contractor written notice of the physical completion
2 date for all work the contract requires. That date shall constitute the physical
3 completion date of the contract, but shall not imply the Secretary's acceptance of
4 the work or the contract.
5
6 The Engineer will give the Contractor written notice of the completion date of the
7 contract after all the Contractor's obligations under the contract have been
8 performed by the Contractor. The following events must occur before the
9 Completion Date can be established:
10
11 1. The physical work on the project must be complete; and
12
13 2. The Contractor must furnish all documentation required by the contract
14 and required by law, to allow the Contracting Agency to process final
15 acceptance of the contract. The following documents must be received
16 by the Project Engineer prior to establishing a completion date:
17
18 a. Certified Payrolls (Federal-aid Projects)
19 b. Material Acceptance Certification Documents
20 c. Annual Report of Amounts Paid as MBE/WBE Participants or
21 Quarterly Report of Amounts Credited as DBE Participation, as
22 required by the Contract Provisions.
23 d. FHWA 47 (Federal-aid Projects)
24 e. Final Contract Voucher Certification
25
26 1-08.8 Extensions of Time
27 Section 1-08.8 is revised to read:
28
29 The Contractor shall submit any requests for time extensions to the Engineer in
30 writing no later than 10 working days after the delay occurs. The requests for time
31 extension shall be limited to the affect on the critical path of the Contractor's
32 approved schedule attributable to the change or event giving rise to the request.
33
34 To be considered by the Engineer, the request shall be in sufficient detail (as
35 determined by the Engineer) to enable the Engineer to ascertain the basis and
36 amount of the time requested. The request shall include an updated schedule
37 that supports the request and demonstrates that the change or event: (1) had a
38 specific impact on the critical path, and except in cases of concurrent delay, was
39 the sole cause of such impact, and (2) could not have been avoided by
40 resequencing of the work or by using other reasonable alternatives. If a request
41 combined with previous extension requests, equals 20 percent or more of the
42 original contract time then the Contractor's letter of request must bear consent of
43 Surety. In evaluating any request, the Engineer will consider how well the
44 Contractor used the time from contract execution up to the point of the delay and
45 the effect the delay has on any completion times included in the special
46 provisions. The Engineer will evaluate and respond within 15 calendar days of
47 receiving the request.
48
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
1II-9
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
The authorized time for physical completion will be extended for a period equal to
the time the Engineer determines the work was delayed because of:
.
1. Adverse weather causing the time requested to be unworkable, provided
that the Engineer had not already declared the time to be unworkable
and the Contractor has filed a written protest according to Section 1-
08.5.
2. Any action, neglect, or default of the Contracting Agency, its officers, or
employees, or of any other contractor employed by the Contracting
Agency.
3. Fire or other casualty for which the Contractor is not responsible.
4. Strikes.
5. Any other conditions for which these Specifications permit time
extensions such as:
a. In Section 1-04.4 if a change increases the time to do any of
the work including unchanged work.
b. In Section 1-04.5 if increased time is part of a protest that
is found to be a valid protest.
c. In Section 1-04.7 if a changed condition is determined to exist
that caused a delay in completing the contract.
.
d. In Section 1-05.3 if the Contracting Agency does not approve
properly prepared and acceptable drawings within 30 calendar
days.
e. In Section 1-07.13 if the performance of the work is delayed as
a result of damage by others.
f. In Section 1-07.17 if the removal or the relocation of any utility
by forces other than the Contractor caused a delay.
g. In Section 1-07.24 if a delay results from all the right of way
necessary for the construction not being purchased and the
special provisions does not make specific provisions regarding
unpurchased right of way.
h. In Section 1-08.6 if the performance of the work is suspended,
delayed, or interrupted for an unreasonable period of time that
proves to be the responsibility of the Contracting Agency.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
000328
January 2007
III-tO
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
.
.
i. In Section 1-09.11 if a dispute or claim also involves a delay in
completing the contract and the dispute or claim proves to be
valid.
j. In Section 1-09.6 for work performed on a force account basis.
6. If the actual quantity of work performed for a bid item was more than the
original plan quantity and increased the duration of a critical activity.
Extensions of time will be limited to only that quantity exceeding the
original plan quantity.
7. Exceptional causes not specifically identified in items 1 through 6,
provided the request letter proves the Contractor had no control over the
cause of the delay and could have done nothing to avoid or shorten it.
Working days added to the contract by time extensions, when time has overran,
shall only apply to days on which liquidated damages or direct engineering have
been charged, such as the following:
If substantial completion has been granted prior to all of the authorized
working days being used, then the number of days in the time extension will
eliminate an equal number of days on which direct engineering charges have
accrued. If the substantial completion date is established after all of the
authorized working days have been used, then the number of days in the
time extension will eliminate an equal number of days on which liquidated
damages or direct engineering charges have accrued.
The Engineer will not allow a time extension for any cause listed above if it
resulted from the Contractor's default, collusion, action or inaction, or failure
to comply with the contract.
The Contracting Agency considers the time specified in the special provisions as
sufficient to do all the work. For this reason, the Contracting Agency will not grant
a time extension for:
. Failure to obtain all materials and workers unless the failure was the
result of exceptional causes as provided above in subsection 7;
. Changes, protests, increased quantities, or changed conditions (Section
1-04) that do not delay the completion of the contract or prove to be an
invalid or inappropriate time extension request;
. Delays caused by nonapproval of drawings or plans as provided in
Section 1-05.3;
. Rejection of faulty or inappropriate equipment as provided in Section 1-
05.9;
. Correction of thickness deficiency as provided in Section 5-05.5(1)8.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-II
000328
January 2007
1 The Engineer will determine whether the time extension should be granted, the
2 reasons for the extension, and the duration of the extension, if any. Such
3 determination will be final as provided in Section 1-05.1.
4
5 SECTION 1-09, MEASUREMENT AND PAYMENT
6 December 4, 2006
7 1-09.6 Force Account
8 The last paragraph under "3. For Equipment" is revised to read:
9
10 Copies of the AGCIWSDOT Equipment Rental Agreement will be maintained on
11 the Contracting Agency's web site at www.wsdot.wa.gov.
12
13 1-09.9(1) Retainage
14 The fourth paragraph is revised to read:
15
16 Release of the retainage will be made 60 days following the Completion Date
17 (pursuant to RCW 39.12, and RCW 60.28) provided the following conditions are
18 met:
19
20 1. On contracts totaling more than $20,000, a release has been obtained
21 from the Washington State Department of Revenue.
22
23 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are
24 on file with the Contracting Agency (RCW 39.12.040).
25
26 3. A certificate of Payment of Contributions Penalties and Interest on
27 Public Works Contract is received from the Washington State
28 Employment Security Department.
29
30 4. Washington State Department of Labor and Industries (per section 1-
31 07.10) shows the Contractor is current with payments of industrial
32 insurance and medical aid premiums.
33
34 5. All claims, as provided by law, filed against the retainage have been
35 resolved. In the event claims are filed and provided the conditions of 1,
36 2, 3, and 4 are met, the Contractor will be paid such retained percentage
37 less an amount sufficient to pay any such claims together with a sum
38 determined by the Contracting Agency sufficient to pay the cost of
39 foreclosing on claims and to cover attorney's fees.
40
41 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
42 August 7,2006
43 2-03.3(2) Rock Cuts
44 This section is revised to read:
45
46 1 . Preserving Rock Below Subgrade. The Contractor shall take care not to
47 break down, loosen, or damage the rock under the subgrade line, except as
48 provided by Section 2-03.3(3). Normally cuts will be made from the top, lift by
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
000328
January 2007
III-12
.
.
.
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
lift, to protect the rock bench that will remain. The Contractor shall be
responsible for methods used and for any damage caused to the roadbed,
regardless of any previous approvals by the Engineer.
2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the
Contractor shall scale and dress them, removing all loose fragments and
rocks not firmly fastened to the rock slope. The Contractor shall also remove
any overhanging rock the Engineer sees as a hazard to roadway users.
If the Engineer requires it, the Contractor shall remove loose fragments and
rocks lying outside the slope stakes. Payment for such extra work shall be by
force account as provided in Section 1-09.6. The Contracting Agency will pay
for loading and hauling these materials at the unit contract prices that apply
or as provided in Section 1-04.4.
3. Drilling and Blasting. Not less than two weeks prior to commencing drilling
and blasting operations or at any time the Contractor proposes to change the
drilling and blasting methods, the Contractor shall submit a blasting plan to
the Engineer for review. The blasting plan shall contain the full details of the
drilling and blasting patterns and controls the Contractor proposes to use for
both the controlled and production blasting. The blasting plan submittal is
required for all blasting operations and shall contain the following minimum
information:
a) Station limits of proposed shot.
b) Plan and section views of proposed drill pattern including free face,
burden, blast hole spacing, blast hole diameter, blast hole angles,
lift height, and subdrill depth.
c) Loading diagram showing type and amount of explosives, primers,
initiators, and location and depth of stemming.
d) Initiation sequence of blast holes including delay times and delay
system.
e) Manufacturer's data sheets for all explosives, primers, and initiators
to be employed.
Review of the blasting plan by the Engineer shall not relieve the Contractor
of the responsibility for the accuracy and adequacy of the plan when
implemented in the field.
When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet
high, the Contractor shall use controlled blasting. The Engineer may require
the Contractor to use controlled blasting to form the faces of other slopes,
even if the slopes could be formed by nonblasting methods.
Controlled blasting refers to the controlled use of explosives and blasting
accessories in carefully spaced and aligned drill holes to provide a free
surface or shear plane in the rock along the specified backs/ope. Controlled
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No. 02-]5
1II-13
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
blasting techniques covered by this specification include presplitting and .
cushion blasting.
In addition to the blasting plan submittal, when using controlled blasting the
Contractor shall:
a) Prior to commencing full-scale blasting operations, the Contractor
shall demonstrate the adequacy of the proposed blast plan by
drilling, blasting, and excavating short test sections, up to 100 feet
in length, to determine which combination of method, hole spacing,
and charge works best. When field conditions warrant, the
Contractor may be ordered to use test section lengths less than
100 feet.
Unless otherwise approved by the Engineer, the Contractor shall
begin the tests with the controlled blast holes spaced 3D-inches
apart, then adjust if needed, until the Engineer approves the
spacing to be used for full-scale blasting operations.
b) The Contractor shall completely remove all overburden soil and
loose or decomposed rock along the top of the excavation for a
distance of at least 30 feet beyond the end of the production hole
drilling limits, or to the end of the cut, before drilling the presplitting
holes.
c) The controlled blast holes shall be not less than 21/2 inches nor .
more than 3 inches in diameter.
d) The Contractor shall control drilling operations by the use of the
proper equipment and technique to ensure that no hole shall
deviate from the plane of the planned slope by more than 9 inches
either parallel or normal to the slope. Drill holes exceeding these
limits shall not be paid for unless satisfactory slopes are being
obtained.
e) Controlled blast holes shall extend a minimum of 30 feet beyond the
limits of the production holes to be detonated, or to the end of the
cut as applicable.
f) The length of controlled blast holes for any individual lift shall not
exceed 20 feet unless the Contractor can demonstrate to the
Engineer the ability to stay within the above tolerances and produce
a uniform slope. If greater than 5 percent of the presplit holes are
misaligned in anyone lift, the Contractor shall reduce the height of
the lifts until the 9-inch alignment tolerance is met. Upon
satisfactory demonstration, the length of holes may be increased to
a maximum of 60 feet with written approval of the Engineer.
g) When the cut height requires more than one lift, a maximum 2-foot
offset between lifts will be permitted to allow for drill equipment .
clearances. The Contractor shall begin the control blast hole drilling
CITY OF PORT ANGELES
8th Street Bndge Replacemepts
PrOject No. 02-15
000328
January 2007
III-I 4
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
at a point that will allow for necessary offsets and shall adjust, at the
start of lower lifts, to compensate for any drift that may have
occurred in the upper lifts.
h) Before placing charges, the Contractor shall determine that the hole
is free of obstructions for its entire depth. All necessary precautions
shall be exercised so that the placing of the charges will not cause
caving of material from the walls of the holes.
i) The maximum diameter of explosives used in presplit holes shall
not be greater than 1/2 the diameter of the presplit hole.
j) Only standard explosives manufactured especially for controlled
blasting shall be used in controlled blast holes, unless otherwise
approved by the Engineer. Bulk ammonium nitrate and fuel oil
(ANFO) shall not be allowed to be loaded in the presplit holes.
k) If fractional portions of standard explosive cartridges are used, they
shall be firmly affixed to the detonating cord in a manner that the
cartridges will not slip down the detonating cord nor bridge across
the hole. Spacing of fractional cartridges along the length of the
detonating cord shall not exceed 30 inches center to center and
shall be adjusted to give the desired results.
I) Continuous column cartridge type of explosives used with
detonating cord shall be assembled and affixed to the detonating
cord in accordance with the explosive manufacturer's instructions, a
copy of which shall be furnished to the Engineer.
m) The bottom charge of a presplit hole may be larger than the line
charges but shall not be large enough to cause overbreak. The top
charge of the presplitting hole shall be placed far enough below the
collar, and reduced sufficiently, to avoid overbreaking and heaving.
n) The upper portion of all presplit holes, from the top most charge to
the hole collar, shall be stemmed. Stemming materials shall be
sand or other dry angular material, all of which passes a %-inch
sieve.
0) If presplitting is specified, the detonation of these holes shall be
fired first.
p) If cushion blasting is specified, the detonation of these holes shall
be fired last on an instantaneous delay after all other blasting has
taken place in the excavation.
q) Production blast holes shall not be drilled closer than 6 feet to the
controlled blast line, unless approved by the Engineer. The bottom
of the production holes shall not be lower than the bottom of the
controlled blast holes. Production holes shall not exceed 6 inches in
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
III-IS
000328
January 2007
1 diameter, unless approved by the Engineer. Detonation of
2 production holes shall be on a delay sequence toward a free face. .
3
4 r) The use of horizontal blast holes for either production or controlled
5 blasting is prohibited.
6
7 SECTION 2-09, STRUCTURE EXCAVATION
8 January 3, 2006
9 2-09.3(1)E Backfilling
10 Item 1 of the first paragraph under Compaction is revised to read:
11
12 1. Backfill supporting roadbed, roadway embankments, or structures, including
13 backfill providing lateral support for noise barrier wall foundations, luminaire
14 poles, traffic signal standards, and roadside and overhead sign structure
15 foundations - placed in horizontal layers no more than 6 inches thick with
16 each layer compacted to 95 percent of the maximum density determined by
17 the Compaction Control Test, Section 2-03.3(14 )D.
18
19 SECTION 2-12 CONSTRUCTION GEOTEXTILE
20 August 7, 2006
21 The section title is revised to read:
22
23 CONSTRUCTION GEOSYNTHETIC
24
25 2-12 CONSTRUCTION GEOTEXTILE
.
26 This heading is revised to read:
27
28 2-12 CONSTRUCTION GEOSYNTHETIC
29
30 2-12.1 Description
31 The word geotextile is revised to geosynthetic.
32
33 2-12.2 Materials
34 In the first and second paragraphs geotextile is revised to geosynthetic.
35
36 2-12.3 Construction Requirements
37 In the first, second, and third paragraphs geotextile is revised to geosynthetic.
38
39 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES
40 August 7,2006
41 3-01.4(1) Acquisition and Development
42 The first paragraph is revised to read:
43
44 If, under the terms of the Contract, the Contractor is required to provide a source
45 of materials, or if the Contractor elects to use materials from sources other than .
46 those provided by the Contracting Agency, the Contractor shall, at no expense to
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-16
000328
January 2007
.
.
.
1 the Contracting Agency, make all necessary arrangements for obtaining the
2 material and shall ensure the quantity of suitable material is available. Preliminary
3 samples shall be taken by or in the presence of the Engineer or a designated
4 representative unless the Engineer permits otherwise. Approval of the source
5 does not relieve the Contractor from meeting these specification requirements,
6 nor does it guarantee that the material will meet these requirements without
7 additional or proper processing. The Engineer may require additional preliminary
8 samples at any time.
9
10 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
11 December 4, 2006
12 5-01.3(2)B Portland Cement Concrete
13 The third paragraph beginning with "Acceptance testing" is supplemented with the
14 following:
15
16 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H,
17 and protect concrete cylinders in cure boxes from excessive vibration and shock
18 waves during the curing period in accordance with Section 6-02.3(6}D. Payment
19 for cure boxes shall be in accordance with Section 6-02.5.
20
21 5-01.3(4) Replace Portland Cement Concrete Panel
22 The third paragraph is revised to read:
23
24 When new concrete pavement is to be placed against existing cement concrete
25 pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled
26 and grouted into the existing pavement with either Type I or IV epoxy resin as
27 specified in Section 9-26. Tie bars are not required for panel replacement less
28 than a full panel.
29
30 5-01.3(6) Dowel Bar Retrofit
31 The fourth and fifth sentences in the second paragraph are revised to read:
32
33 When gang saws are used, slots that are not used shall be cleaned and sealed
34 with either Type I or IV epoxy resin as specified in Section 9-26.
35
36 The sixth paragraph is revised to read:
37
38 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning
39 shall remove all slurry, parting compound, and other foreign materials prior to
40 installation of the dowel. Any damage to the concrete shall be repaired by the
41 Contractor at no cost to the Contracting Agency. Traffic shall not be allowed on
42 slots where concrete has been removed.
43
CITY OF PORT ANGELES
8th Street Bridge Replacements
ProjectNo 02-15
III-I?
000328
January 2007
1 5-01.3(10) Pavement Smoothness
2 This section is revised to read:
3
4 Perform the work described in Section 5-05.3(12), and the following:
5
6 Where the pavement is ground, calculation of the profile index shall exclude
7 dips and depressions in the existing roadway. The profilograph generated
8 reports shall be provided to the Engineer prior to payment.
9
10 5-01.5 Payment
11 This section is revised to read:
12
13 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete
14 "Cement Concrete Pavement Grinding", per square yard.
15
16 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per
17 square yard.
18
19 The second sentence in the 16th paragraph is revised to read:
20
21 The costs of any additional pavement grinding and profiling required to
22 complete the work as specified is also included in this payment.
23
24 The 18th paragraph for Replace Uncompactable Material is supplemented with
25 the following:
26
27 All costs associated with the containment, collection and disposal of concrete
28 slurry and grinding residue shall be included in the applicable concrete
29 grinding or cutting items of work.
30
31 SECTION 5-05, CEMENT CONCRETE PAVEMENT
32 December 4, 2006
33 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
34 The ninth paragraph beginning with "Acceptance testing for compliance" is
35 supplemented with the following:
36
37 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H,
38 and protect concrete cylinders in cure boxes from excessive vibration and shock
39 waves during the curing period in accordance with Section 6-02.3(6)D. Payment
40 for cure boxes shall be in accordance with Section 6-02.5.
41
42 5-05.3(7) Placing, Spreading, and Compacting Concrete
43 The second paragraph is revised to read:
44
45 The average density of the cores shall be at least 97 percent of the approved mix
46 design density or the actual concrete density when determined by the Contractor
47 using AASHTO T 121 with no cores having a density of less than 96 percent.
48
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
000328
January 2007
III-I 8
.
.
.
.
.
.
1 5-05.3(10) Tie Bars and Dowel Bars
2 The second sentence in the seventh paragraph is revised to read:
3
4 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in
5 Section 9-26.
6
7 5-05.3(12) Surface Smoothness
8 The first sentence in the first paragraph is revised to read:
9
10 The pavement smoothness will be checked with equipment furnished and
11 operated by the Contractor, under supervision of the Engineer, within 48 hours
12 following placement of concrete.
13
14 SECTION 6-02, CONCRETE STRUCTURES
15 December 4, 2006
16 6-02.3(2) Proportioning Materials
17 The third paragraph is revised to read:
18
19 The use of fly ash is required for Class 40000 and 4000P concrete, except that
20 ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio.
21 The use of fly ash and ground granulated blast furnace slag is optional for all
22 other classes of concrete.
23
24 6-02.3(2)A Contractor Mix Design
25 The first paragraph is revised to read:
26
27 The Contractor shall provide a mix design in writing to the Engineer for all classes
28 of concrete specified in the Plans except for those accepted based on a
29 Certificate of Compliance. No concrete shall be placed until the Engineer has
30 reviewed the mix design. The required average 28 day compressive strength
31 shall be selected per ACI 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318
32 shall be used to determine proportions. The proposed mix for Class 4000P shall
33 provide a minimum fly ash or ground granulated blast furnace slag content per
34 cubic yard of 100 pounds, and a minimum cement content per cubic yard of 600
35 pounds. The proposed mix for Class 4000D shall provide a minimum fly ash or
36 ground granulated blast furnace slag content per cubic yard of 75 pounds, and a
37 minimum cement content per cubic yard of 660 pounds. All other concrete mix
38 designs, except those for lean concrete and commercial concrete, shall have a
39 minimum cementitious material content of 564 pounds per cubic yard of concrete.
40
41 The following new sentence is inserted after the first sentence in the fourth paragraph.
42
43 An alternate combined aggregate gradation conforming to Section 9-03.1 (5) may
44 also be used.
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No. 02-15
III-19
000328
January 2007
1 6-02.3(4)A Qualification of Concrete Suppliers
2 The first paragraph and the entire second paragraph (1 through 4) are deleted and .
3 replaced with the following:
4
5 Batch Plant Prequalification may be obtained through one of the following
6 methods:
7
8 1. Certification by the National Ready Mix Concrete Association (NRMCA).
9 Information concerning NRMCA certification may be obtained from the
10 NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at
11 www.nrmca.org. The NRMCA certification shall be good for a two year
12 period. When this method of certification is used the following
13 documentation shall be submitted to the project engineer.
14
15 a. A copy of the current NRMCA Certificate of Conformance, the
16 concrete mix design(s) (WSDOT Form 350-040), along with
17 copies of the truck list, batch plant scale certification, admixture
18 dispensing certification, and volumetric water batching devices
19 (including water meters) verification.
20
21 2. Independent evaluation certified by a Professional Engineer using
22 NRMCA checklist. The Professional Engineer shall be licensed under
23 title 18 RCW, state of Washington, qualified in civil engineering. The
24 independent certification using the NRMCA checklist shall be good for a
25 two year period. When this method of certification is used the following
26 documentation shall be submitted to the engineer. .
27
28 a. A copy of the Professional Engineer's stamped and sealed
29 NRMCA Verification of Inspection and Application for Certificate
30 page from the NRMCA checklist, the concrete mix design(s)
31 (WSDOT Form 350-040), along with copies of the truck list,
32 batch plant scale certification, admixture dispensing
33 certification, and volumetric water batching devices (including
34 water meters) verification.
35
36 3. Inspection conducted by the Plant Manager, defined as the person
37 directly responsible for the daily plant operation, using the NRMCA Plant
38 Certification checklist. The Plant Manager certification shall be done
39 prior to the start of a project, and every six months throughout the life of
40 the project, and meet the following requirements:
41
42 a. The Agreement to Regularly Check Scales and Volumetric
43 Batching Dispensers page in the NRMCA Plant Certification
44 checklist shall be signed by the Plant Manager and notarized.
45
46 b. The signed and notarized Agreement to Regularly Check
47 Scales and Volumetric Batching Dispensers page and a copy
48 of the NRMCA Plant Certification checklist cover page showing
49 the plant designation, address and Company operating plant
50 shall all be submitted to the Project Engineer with the concrete .
51 mix design (WSDOT Form 350-040), along with copies of the
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
III-20
000328
January 2007
.
.
.
1 truck list, batch plant scale certification, admixture dispensing
2 certification, and volumetric water batching devices (including
3 water meters) verification.
4
5 c. The NRMCA Plant Certification checklists shall be maintained
6 by the Plant Manager and are subject to review at any time by
7 the Contracting Agency.
8
9 e. Volumetric water batching devices (including water meters)
10 shall be verified every 90 days.
11
12 6-02.3(5)C Conformance to Mix Design
13 Item 2 under the first paragraph is revised to read:
14
15 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5
16 percent of that specified in the mix design.
17
18 6-02.3(5)H Sampling and Testing for Compressive Strength
19 This section including title is revised to read:
20
21 6-02.3(5)H Sampling and Testing for Compressive Strength and
22 Initial Curing
23 Acceptance testing for compressive strength shall be conducted at the same
24 frequency as the acceptance tests for temperature, consistency, and air content.
25
26 The Contractor shall provide, and maintain cure boxes for curing concrete
27 cylinders. The Contractor shall also provide, maintain, and operate all necessary
28 power sources and connections needed to operate the curing box. Concrete
29 cylinders shall be cured in a cure box in accordance with WSDOT FOP for
30 AASHTO T 23. The cure boxes shall maintain a temperature between 60QF and
31 80QF for concrete with specified strengths less than 6000 psi and between 68QF
32 and 78QF for concrete with specified strengths of 6000 psi and higher. A
33 minimum/maximum thermometer shall be installed to measure the internal
34 temperature of the cure box. The thermometer shall be readable from outside of
35 the box and be capable of recording the high and low temperatures in a 24-hour
36 period. The cure boxes shall create an environment that prevents moisture loss
37 from the concrete specimens. The top shall have a working lock and the interior
38 shall be rustproof. A moisture-proof seal shall be provided between the lid and the
39 box. The cure box shall be the appropriate size to accommodate the number of
40 concrete acceptance cylinders necessary or the Contractor shall provide
41 additional cure boxes. Once concrete cylinders are placed in the cure box, the
42 cure box shall not be moved until the cylinders have been cured in accordance
43 with these specifications. When concrete is placed at more than one location
44 simultaneously, multiple cure boxes shall be provided.
45
46 The Contractor shall protect concrete cylinders in cure boxes from excessive
47 vibration and shock waves during the curing period in accordance with Section 6-
48 02.3(6)D.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
III-21
000328
January 2007
1 6-02.3(6)0 Protection Against Vibration
2 The last sentence in the second paragraph is revised to read: .
3
4 See the Shaft Special Provision, and Section 6-16 respectively for shaft
5 installation, and soldier pile shaft installation operations.
6
7 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to
8 read:
9
10 (3) Equipment Class H (High Vibration) shall include pile drivers, machine
11 operated impact tools, pavement breakers, and other large pieces of
12 equipment.
13
14 6-02.3(11) Curing Concrete
15 The second paragraph is supplemented with the following:
16
17 Runoff water shall be collected and disposed of in accordance with all applicable
18 regulations. In no case shall runoff water be allowed to enter any lakes, streams,
19 or other surface waters.
20
21 6-02.3(16) Plans for Falsework and Formwork
22 The address for FEDEX delivery following the fourth paragraph is revised to read:
23
24 Washington State Department of Transportation
25 Bridge and Structures Engineer .
26 7345 Linderson Way SW
27 Tumwater, WA 98501-6504
28
29 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans
30 The address for FEDEX delivery following the first paragraph is revised to read:
31
32 Washington State Department of Transportation
33 Bridge and Structures Engineer
34 7345 Linderson Way SW
35 Tumwater, WA 98501-6504
36
37 6-02.3(16)8 Preapproved Formwork Plans
38 The address for FEDEX delivery following the second paragraph is revised to read:
39
40 Washington State Department of Transportation
41 Bridge and Structures Engineer
42 7345 Linderson Way SW
43 Tumwater, WA 98501-6504
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-22
000328
January 2007
. 1 6-02.3(24)C Placing and Fastening
2 The 14th paragraph is revised to read:
3
4 Clearances shall be at least:
5
6 4-inches between: Main bars and the top of any concrete masonry
7 exposed to the action of salt or alkaline water.
8
9 3-inches between: Main bars and the top of any concrete deposited
10 against earth without intervening forms.
11
12 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and
13 the top of the roadway slab.
14
15 2-inches between: Adjacent layers. Main bars and the surface of
16 concrete exposed to earth or weather (except in
17 roadway slabs). Reinforcing bars and the faces
18 of forms for exposed aggregate finish.
19
20 11/2-inches between: Main bars and the surface of concrete not
21 exposed to earth or weather. Slab bars and the
22 top of the slab (except roadway slabs). Barrier
23 and curb bars and the surface of the concrete.
24 Stirrups and ties and the surface of the concrete
. 25 exposed to earth or weather.
26
27 1-inch between: Slab bars and the bottom of the slab. Stirrups
28 and ties and the surface of the concrete not
29 exposed to earth or weather.
30
31 6-02.3(26)A Shop Drawings
32 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read:
33
34 Washington State Department of Transportation
35 Bridge and Structures Engineer
36 7345 Linderson Way SW
37 Tumwater, WA 98501-6504
38
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
III-23
000328
January 2007
1 6-02.3(28)A Shop Drawings
2 The first paragraph is revised to read: .
3
4 Before casting the structural elements, the Contractor shall submit:
5
6 1. Seven sets of shop drawings for approval by the Department of
7 Transportation Bridge and Structures Engineer, Construction Support,
8 addressed as follows:
9
10 US Postal Service
11 P. O. Box 47340
12 Olympia, WA 98504-7340
13
14 FedEx
15 7345 Linderson Way SW
16 Tumwater, WA 98501-6504; and
17
18 2. Two sets of shop drawings to the Project Engineer.
19
20 6-02.4 Measurement
21 This section is supplemented with the following:
22
23 No specific unit of measure will apply to the lump sum item for cure box.
24
25 6-02.5 Payment
26 This section is supplemented with the following: .
27
28 "Cure Box", lump sum.
29 The lump sum contract price for "Cure Box" shall be full pay for all costs for
30 providing, operating, maintaining, moving and removing the cure boxes and
31 providing, maintaining and operating all necessary power sources and
32 connections needed to operate the curing boxes.
33
34 SECTION 6-03, STEEL STRUCTURES
35 December 4, 2006
36 6-03.3(7) Shop Plans
37 The first two sentences in the first paragraph are revised to read:
38
39 The Contractor shall submit for approval all shop detail plans for fabricating the
40 steel. These shall be sent to the Department of Transportation Bridge and
41 Structures Engineer, Construction Support, addressed as follows:
42
43 US Postal Service
44 P. O. Box 47340
45 Olympia, WA 98504-7340
46
47 FedEx
48 7345 Linderson Way SW .
49 Tumwater, WA 98501-6504
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
1II-24
000328
January 2007
.
.
.
1 6-03.3(21)A Web Plates
2 This section is revised to read:
3
4 If web plates are spliced, gaps between plate ends shall be set at shop assembly
5 to measure 1/4-inch, and shall not exceed 3/8-inch.
6
7 6-03.3(33) Bolted Connections
8 The first sentence in the second paragraph is revised to read:
9
10 All bolted connections are slip critical.
11
12 SECTION 6-05, PILING
13 August 7,2006
14 6-05.3(11)H Pile Driving From or Near Adjacent Structures
15 The second paragraph is revised to read:
16
17 Freshly placed concrete in the vicinity of the pile driving operation shall be
18 protected against vibration in accordance with Section 6-02.3(6)0.
19
20 The third paragraph is deleted.
21
22 6-05.5 Payment
23 The paragraph following "Furnishing S1. Piling", per linear foot is revised to read:
24
25 The unit contract price per linear foot for "Furnishing (type) Piling (_)" shall be
26 full pay for furnishing the piling specified, including fabricating and installing the
27 steel reinforcing bar cage, and casting and curing the concrete, as required for
28 concrete piling. Such price shall also be full pay, when measurement includes, for
29 piling length ordered but not driven.
30
31 SECTION 6-07, PAINTING
32 August 7,2006
33 6-07.2 Materials
34 The first sentence in the second paragraph is revised to read:
35
36 Material used for field abrasive blasting shall meet Military Specification MIL-A-
37 22262B(SH) as listed on QPL -22262-28 as maintained by the Department of the
38 Navy.
39
40 6-07.3(2)A Bridge Cleaning
41 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent
42 opening size (ASTM 04751) is revised to read:
43
44 #100 US Sieve
45
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
III-25
000328
January 2007
1 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
2 January 3, 2006
.
3 This section including title is revised to read:
4
5 SECTION 6-11, REINFORCED CONCRETE WALLS
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
6-11.1 Description
This work consists of constructing reinforced concrete retaining walls, including
those shown in thaStandard Plans, L walls, and counterfort walls.
6-11.2 Materials
Materials shall meet the requirements of the following sections:
Cement
Aggregates for Portland Cement Concrete
Gravel Backfill
Premolded Joint Filler
Steel Reinforcing Bar
Epoxy-Coated Steel Reinforcing Bar
Concrete Curing Materials and Admixtures
Fly Ash
Water
9-01
9-03.1
9-03.12
9-04.1 (2)
9-07.2
9-07.3
9-23
9-23.9
9-25
Other materials required shall be as specified in the Special Provisions.
.
6-11.3 Construction Requirements
6-11.3(1) Submittals
The Contractor shall submit all excavation shoring plans to the Engineer for
approval in accordance with Section 2-09.3(3)D.
The Contractor shall submit all falsework and formwork plans to the Engineer for
approval in accordance with Sections 6-02.3(16) and 6-02.3(17).
If the Contractor elects to fabricate and erect precast concrete wall stem panels,
the following information shall be submitted to the Engineer for approval in
accordance with Sections 6-01.9 and 6-02.3(28)A:
1. Working drawings for fabrication of the wall stem panels, showing
dimensions, steel reinforcing bars, joint and joint filler details, surface
finish details, lifting devices with the manufacturer's recommended safe
working capacity, and material specifications.
2. Working drawings and design calculations for the erection of the wall
stem panels showing dimensions, support points, support footing sizes,
erection block outs, member sizes, connections, and material
specifications.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
000328
January 2007
III-26
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
3. Design calculations for the precast wall stem panels, the connection
between the precast panels and the cast-in-place footing, and all
modifications to the cast-in-place footing details as shown in the Plans
or Standard Plans.
The Contractor shall not begin excavation and construction operations for the
retaining walls until receiving the Engineer's approval of the above submittals.
6-11.3(2) Excavation and Foundation Preparation
Excavation shall conform to Section 2-09.3(3), and to the limits and construction
stages shown in the Plans. Foundation soils found to be unsuitable shall be
removed and replaced in accordance with Section 2-09.3(1 )C.
6-11.3(3) Precast Concrete Wall Stem Panels
The Contractor may fabricate precast concrete wall stem panels for construction
of Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW.
Precast concrete wall stem panels may be used for construction of non-Standard
Plan retaining walls if allowed by the Plans or Special Provisions. Precast
concrete wall stem panels shall conform to Section 6-02.3(28), and shall be cast
with Class 4000 concrete.
The precast concrete wall stem panels shall be designed in accordance with the
requirements for Load Factor Design in the following codes:
1. For all loads except as otherwise noted. - AASHTO Standard
Specifications for Highway Bridges, latest edition and current interims.
The seismic design shall use the acceleration coefficient and soil profile
type as specified in the Plans.
2. For all wind loads - AASHTO Guide Specifications for Structural Design
of Sound Barriers, latest edition and current interims.
The precast concrete wall stem panels shall be fabricated in accordance with the
dimensions and details shown in the Plans, except as modified in the shop
drawings as approved by the Engineer.
The precast concrete wall stem panels shall be fabricated full height, and shall be
fabricated in widths of 8 feet, 16 feet, and 24 feet.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
II1-27
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
The construction tolerances for the precast concrete wall stem panels shall be as
follows:
.
:t1/4 inch
:t1/4 inch
:t1/4 inch
-1/8 inch
:t3/8 inch
-1/8 inch
Width of precast concrete wall stem panel joints :t1/4 inch
Offset of precast concrete wall stem panels :t1/4 inch
(Deviation from a straight line extending 5 feet on each side of the panel
joint)
Height
Width
Thickness
Concrete cover for steel reinforcing bar
The precast concrete wall stem panels shall be constructed with a mating shear
key between adjacent panels. The shear key shall have beveled corners and
shall be 1-1/2 inches in thickness. The width of the shear key shall be 3-1/2
inches minimum and 5-1/2 inches maximum. The shear key shall be continuous
and shall be of uniform width over the entire height of the wall stem.
The Contractor shall provide the specified surface finish as noted, and to the
limits shown, in the Plans to the exterior concrete surfaces. Special surface
finishes achieved with form liners shall conform to Sections 6-02.2 and 6-02.3(14)
as supplemented in the Special Provisions. Rolled on textured finished shall not
be used. Precast concrete wall stem panels shall be cast in a vertical position if
the Plans call for a form liner texture on both sides of the wall stem panel.
.
The precast concrete wall stem panel shall be rigidly held in place during
placement and curing of the footing concrete.
The precast concrete wall stem panels shall be placed a minimum of one inch
into the footing to provide a shear key. The base of the precast concrete wall
stem panel shall be sloped V2 inch per foot - to facilitate proper concrete
placement.
To ensure an even flow of concrete under and against the base of the wall panel,
a form shall be placed parallel to the precast concrete wall stem panel, above the
footing, to allow a minimum one foot head to develop in the concrete during
concrete placement.
The steel reinforcing bars shall be shifted to clear the erection block outs in the
precast concrete wall stem panel by 1-1/2 inches minimum.
All precast concrete wall stem panel joints shall be constructed with joint filler
installed on the rear (backfill) side of the wall. The joint filler material shall extend
from two feet below the final ground level in front of the wall to the top of the wall.
The joint filler shall be a nonorganic flexible material and shall be installed to
create a waterproof seal at panel joints.
'.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
000328
January 2007
III-28
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
The soil bearing pressure beneath the falsework supports for the precast
concrete wall stem panels shall not exceed the maximum design soil pressure
shown in the Plans for the retaining wall.
6-11.3(4) Cast-In-Place Concrete Construction
Cast-in-place concrete for concrete retaining walls shall be formed, reinforced,
cast, cured, and finished in accordance with Section 6-02, and the details shown
in the Plans and Standard Plans. All cast-in-place concrete shall be Class 4000.
The Contractor shall provide the specified surface finish as noted, and to the
limits shown, in the Plans to the exterior concrete surfaces. Special surface
finishes achieved with form liners shall conform to Sections 6-02.2 and 6-02.3(14)
as supplemented in the Special Provisions.
Cast-in-place concrete for adjacent wall stem sections (between vertical
expansion joints) shall be formed and placed separately, with a minimum 12 hour
time period between concrete placement operations.
Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem
expansion joints in accordance with Section 6-01.14.
6-11.3(5) Backfill, Weepholes, and Gutters
Unless the Plans specify otherwise, backfill and weepholes shall be placed in
accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for
drain shall be compacted in accordance with Section 2-09.3(1)E. Backfill within
the zone defined as bridge approach embankment in Section 1-01.3 shall be
compacted in accordance with Method C of Section 2-03.3(14)C. All other backfill
shall be compacted in accordance with Method B of Section 2-Q3.3(14)C, unless
otherwise specified.
Cement concrete gutter shall be constructed as shown in the Standard Plans.
6-11.3(6) Traffic Barrier and Pedestrian Barrier
When shown in the Plans, traffic barrier and pedestrian barrier shall be
constructed in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the
details shown in the Plans and Standard Plans.
6-11.4 Measurement
Concrete Class 4000 for retaining wall will be measured as specified in Section 6-
02.4.
Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for
retaining wall will be measured as specified in Section 6-02.4.
Traffic barrier and pedestrian barrier will be measured as specified in Section 6-
10.4 for cast-in-place concrete barrier.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
III-29
000328
January 2007
1 6-11.5 Payment
2 Payment will be made in accordance with Section 1-04.1 for each of the following .
3 bid items when they are included in the proposal:
4
5 "Conc. Class 4000 For Retaining Wall", per cubic yard.
6 All costs in connection with furnishing and installing weep holes and
7 premolded joint filler shall be included in the unit contract price per cubic
8 yard for "Conc. Class 4000 for Retaining Wall".
9
10 "St. Reinf. Bar For Retaining Wall", per pound.
11 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound.
12
13 ''Traffic Barrier", per linear foot.
14 "Pedestrian Barrier", per linear foot.
15 The unit contract price per linear foot for "_ Barrier" shall be full pay for
16 constructing the barrier on top of the retaining wall, except that when these
17 bid items are not included in the proposal, all costs in connection with
18 performing the work as specified shall be included in the unit contract price
19 per cubic yard for "Conc. Class 4000 For Retaining Wall", and the unit
20 contract price per pound for "_ Bar For Retaining Wall".
21
22 SECTION 6-12, NOISE BARRIER WALLS
23 January 3, 2006
24 6-12.3(6) Precast Concrete Panel Fabrication and Erection
25 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6. .
26
27 The below new item 5 is inserted ahead of renumbered item 6:
28
29 5. Precast concrete panels shall not be erected until the foundations for the
30 panels have attained a minimum compressive strength of 3,400 psi.
31
32 SECTION 6-13, STRUCTURAL EARTH WALLS
33 December 4, 2006
34 6-13.3(2) Submittals
35 The fifth paragraph is revised to read:
36
37 The design calculation and working drawing submittal shall include detailed
38 design calculations and all details, dimensions, quantities, and cross-sections
39 necessary to construct the wall. The calculations shall include a detailed
40 explanation of any symbols, design input, material property values, and computer
41 programs used in the design of the walls. All computer output submitted shall be
42 accompanied by supporting hand calculations detailing the calculation process. If
43 MSEW 3.0, or a later version, is used for the wall design, hand calculations
44 supporting MSEW are not required.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
III-30
000328
January 2007
.
.
.
1 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
2 This section is supplemented with the following:
,3
4 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections
5 2-12.3 and 6-13.3(5).
6
7 6-13.3(7) Backfill
8 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are
9 revised to "a plate compactor".
10
11 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
12 This section is revised to read:
13
14 The Contractor, in conjunction with the structural earth wall manufacturer, shall
15 design and detail the SEW traffic barrier and SEW pedestrian barrier in
16 accordance with Section 6-13.3(2) and the above ground geometry details shown
17 in the Plans. The barrier working drawings and supporting calculations shall
18 include, but not be limited to, the following:
19
20 1. Complete details of barrier cross section geometry, including the portion
21 below ground, and accommodations necessary for bridge approach
22 slabs, PCCP, drainage facilities, underground utilities, and sign support,
23 luminaire pole, traffic signal standard, and other barrier attachments.
24
25 2. Details of the steel reinforcement of the barrier, including a bar list and
26 bending diagram in accordance with Section 6-02.3(24), and including
27 additional reinforcement required at sign support, luminaire pole, traffic
28 signal standard, and other barrier attachment locations.
29
30 3. Details of the interface of, and the interaction between, the barrier and
31 the top layers of structural earth wall reinforcement and facing.
32
33 4. When the Plans specify placement of conduit pipes through the barrier,
34 details of conduit pipe and junction box placement.
35
36 SEW traffic barrier and SEW pedestrian barrier shall be constructed in
37 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans
38 and in the structural earth wall working drawings as approved by the Engineer.
39
40 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS
41 December 4, 2006
42 6-14.3(2) Submittals
43 Item 2 is revised to read:
44
45 2. The Contractor's proposed wall construction method, including proposed
46 forming systems, types of equipment to be used, proposed erection
47 sequence and details of how the backfill will be retained during each stage of
48 construction.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-31
000328
January 2007
1 6-14.3(4) Erection and Backfill
2 The first sentence in the eighth paragraph is revised to read: .
3
4 The Contractor shall place and compact the wall backfill in accordance with the
5 wall construction sequence detailed in the Plans and Method C of Section 2-
6 03.3(14)C, except as follows:
7
8 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are
9 revised to "a plate compactor".
10
11 6-14.4 Measurement
12 The first three paragraphs are revised to read:
13
14 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall
15 will be measured by the square foot of face of completed wall. Corner wrap area
16 and extensions of the geosynthetic wall beyond the area of wall face shown in the
17 Plans or staked by the Engineer are considered incidental to the wall construction
18 and will not be included in the measurement of the square foot of face of
19 completed geosynthetic retaining wall.
20
21 Gravel borrow for geosynthetic retaining wall backfill will be measured as
22 specified in Section 2-03.4.
23
24 Shotcrete facing and concrete fascia panel will be measured by the square foot
25 surface area of the completed facing or fascia panel, measured to the neat lines .
26 of the facing or panel as shown in the Plans. When a footing is required, the
27 measurement of the fascia panel area will include the footing.
28
29 6-14.5 Payment
30 The bid item "Borrow for Geosynthetic Walllncl. Haul" and subsequent paragraph are
31 revised to read:
32
33 "Gravel Borrow for Geosynthetic Ret. Walllncl. Haul", per ton or per cubic yard.
34 All costs in connection with furnishing and placing backfill material for temporary
35 or permanent geosynthetic retaining walls as specified shall be included in the
36 unit contract price per ton or per cubic yard for "Gravel Borrow for Geosynthetic
37 Ret. Wall Incl. Haul".
38
39 SECTION 6-15, SOIL NAIL WALLS
40 August 7, 2006
41 6-15.3(8) Soil Nail Testing and Acceptance
42 The first sentence in the fourth paragraph is revised to read:
43
44 The pressure gauge shall be graduated in increments of either 100 psi or two
45 percent of the maximum test load, whichever is less.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
PrOject No 02-15
IIl-32
000328
January 2007
.
.
.
1 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
2 August 7, 2006
3 6-16.3(5) Backfilling Shaft
4 The first and second paragraphs are revised to read:
5
6 The excavated shaft shall be backfilled with either controlled density fill (CDF), or
7 pumpable lean concrete, as shown in the Plans and subject to the following
8 requirements:
9
10 1. Dry shaft excavations shall be backfilled with CDF.
11
12 2. Wet shaft excavations shall be backfilled with pumpable lean concrete.
13
14 3. Pumpable lean concrete shall be a Contractor designed mix providing a
15 minimum 28 day compressive strength of 100 psi. Acceptance of
16 pumpable lean concrete will conform to the acceptance requirements
17 specified in Section 2-09.3(1) for CDF.
18
19 4. A wet shaft is defined as a shaft where water is entering the excavation
20 and remains present to a depth of six inches or more.
21
22 5. When the Plans or test hole boring logs identify the presence of a water
23 table at or above the elevation of the bottom of soldier pile shaft, the
24 excavation shall be considered as wet, except as otherwise noted. Such
25 a shaft may be considered a dry shaft provided the Contractor furnishes
26 and installs casing that is sufficiently sealed into competent soils such
27 that water cannot enter the excavation.
28
29 Placement of the shaft backfill shall commence immediately after completing the
30 shaft excavation and receiving the Engineer's approval of the excavation. CDF or
31 pumpable lean concrete shall be placed in one continuous operation to the top of
32 the shaft. Vibration of shaft backfill is not required.
33
34 6-16-3(6) Installing Timber Lagging and Permanent Ground Anchors
35 The first paragraph is revised to read:
36
37 The excavation and removal of CDF and pumpable lean concrete for the lagging
38 installation shall proceed in advance of the lagging, and shall not begin until the
39 CDF and pumpable lean concrete are of sufficient strength that the material
40 remains in placed during excavation and lagging installation. If the CDF or
41 pumpable lean concrete separates from the soldier pile, or caves or spa lis from
42 around the pile, the Contractor shall discontinue excavation and timber lagging
43 installation operations until the CDF and pumpable lean concrete is completely
44 set. The bottom of the excavation in front of the wall shall be level. Excavation
45 shall conform to Section 2-03.
46
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
III-33
000328
January 2007
1 SECTION 6-17, PERMANENT GROUND ANCHORS
2 August 7, 2006
3 6-17.3(8) Testing and Stressing
4 The first sentence in the third paragraph is revised to read:
5
6 The pressure gauge shall be graduated in increments of either 100 psi or two
7 percent of the maximum test load, whichever is less.
8
9 SECTION 7-01, DRAINS
10 August 7, 2006
11 7-01.3 Construction Requirements
12 This section is revised to read:
13
14 A trench of the dimensions shown in the Plans or as specified by the Engineer
15 shall be excavated to the grade and line given by the Engineer.
16
17 Section 7-01.3 is supplemented with the following new sub-sections:
18
19 7-01.3(1) Drain Pipe
20 Drain pipe shall be laid in conformity with the line and grades as shown in the
21 Plans. The drain pipe shall be laid with soil-tight joints unless otherwise specified.
22 Concrete drain pipe shall be laid with the bell or larger end upstream. PVC drain
23 pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal
24 as described in Section 9-04.8. The bell shall be laid upstream. PE drain pipe
25 shall be jointed with snap-on, screw-on, bell and spigot, or wraparound coupling
26 bands as recommended by the manufacturer of the tubing.
27
28 7-01.3(2) Underdrain Pipe
29 When underdrain pipe is being installed as a means of intercepting ground or
30 surface water, the trench shall be fine-graded in the existing soil 3 inches below
31 the grade of the pipe as shown in the Plans. Gravel backfill shall be used under
32 the pipe. Gravel backfill shall be placed to the depth shown in the Plans or as
33 designated by the Engineer. All backfill shall be placed in 12-inch maximum
34 layers and be thoroughly compacted with three passes of a vibratory compactor
35 for each layer. The Contractor shall use care in placing the gravel backfill material
36 to prevent its contamination.
37
38 Class 2 perforations shall be used unless otherwise specified. When Class 1
39 perforations are specified the perforated pipe shall be laid with the perforations
40 down. Upon final acceptance of the work, all drain pipes shall be open, clean, and
41 free draining. Perforated pipe does not require a watertight joint. PVC underdrain
42 pipe shall be jointed using either the flexible elastomeric seal as described in
43 Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of
44 the Contractor unless otherwise specified in the Plans. The bell shall be laid
45 upstream. PE drainage tubing underdrain pipe shall be jointed with snap-on,
46 screw-on, bell and spigot, or wraparound coupling bands, as recommended by
47 the manufacturer of the tubing.
48
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No. 02-15
000328
January 2007
III-34
.
.
.
.
.
.
1 SECTION 7-02, CULVERTS
2 January 3, 2006
3 7 -02.2 Materials
4 The fifth and seventh paragraphs are deleted:
5
6 SECTION 7-04, STORM SEWERS
7 January 3, 2006
8 7-04.2 Materials
9 The fourth and sixth paragraphs are deleted:
10
11 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
12 December 4, 2006
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
8-01.3(1) General
The eighth paragraph, beginning with "In western Washington, erodible soil", is
deleted and replaced with the following:
Erodible soil not being worked, whether at final grade or not, shall be covered
within the following time period, using an approved soil covering practice, unless
authorized otherwise by the Engineer:
In western Washington (west of the Cascade Mountain crest):
October 1 through April 30
May 1 to September 30
2 days maximum
7 days maximum
In eastern Washington (east of the Cascade Mountain crest.):
October 1 through June 30
July 1 through September 30
5 days maximum
10 days maximum
8-01.3(1)8 Erosion and Sediment Control (ESC) Lead
This section is revised to read:
The Contractor shall identify the ESC Lead at the preconstruction discussions
and in the TESC plan. The ESC Lead shall have, for the life of the contract, a
current Certificate of Training in Construction Site Erosion and Sediment Control
from a course approved by the Washington State Department of Ecology. The
ESC Lead shall be listed on the Emergency Contact List required under Section
1-05.13(1 ).
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No 02-15
III-35
000328
January 2007
1 The ESC Lead shall implement the Temporary Erosion and Sediment Control .
2 (TESC) plan. Implementation shall include, but is not limited to:
3
4 1. Installing and maintaining all temporary erosion and sediment control
5 Best Management Practices (BMPs) included in the TESC plan to
6 assure continued performance of their intended function. Damaged or
7 inadequate TESC BMPs shall be corrected immediately.
8
9 2. Updating the TESC plan to reflect current field conditions.
10
11 When a TESC plan is included in the contract plans, the Contractor shall inspect
12 all on-site erosion and sediment control BMPs at least once every calendar week
13 and within 24 hours of runoff events in which stormwater discharges from the site.
14 Inspections of temporarily stabilized, inactive sites may be reduced to once every
15 calendar month. The Erosion and Sediment Control Inspection Form (Form
16 Number 220-030 EF) shall be completed for each inspection and a copy shall be
17 submitted to the Engineer no later than the end of the next working day following
18 the inspection.
19
20 8-01.3(2)E Tacking Agent and Soil Binders
21 The third paragraph, (PAM) is revised to read:
22
23 Soil Binding Using Polyacrylamide (PAM)
24 The PAM shall be applied on bare soil completely dissolved and mixed in water or
25 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more .
26 than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds
27 per acre of cellulose fiber mulch treated with a non-toxic dye shall be applied with
28 the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per
29 acre using a hand-held fertilizer spreader or a tractor-mounted spreader.
30
31 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
32 The second paragraph under East of the summit of the Cascade Range, beginning
33 with ''The Contractor will be responsible", is deleted.
34
35 8-01.3(9)A Silt Fence
36 The fifth paragraph is revised to read:
37
38 Posts shall be either wood or steel. Wood posts shall have minimum dimensions
39 of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel
40 posts shall have a minimum weight of 0.90 Ibs/ft
41
42 8-01.4 Measurement
43 This section is supplemented with the following:
44
45 Coir log will be measured by the linear foot along the ground line of the
46 completed installation.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
PrOject No. 02-15
II1-36
000328
January 2007
.
.
.
1 8.01.5 Payment
2 The following bid item is inserted after "Compost Sock", per linear foot:
3
4 "Coir Log", per linear foot
5
6 This section is supplemented with the following:
7
8 "Mowing", per acre.
9
10 SECTION 8.02, ROADSIDE RESTORATION
11 April 3, 2006
12 8.02.3(8) Planting
13 The seventh and eighth paragraphs are deleted and replaced with the following:
14
15 All burlap, baskets, string, wire, and other such materials shall be removed from
16 the hole when planting balled and burlapped plants. The plant material shall be
17 handled in such a manner that the root systems are kept covered and damp at all
18 times. The root systems of all bare root plant material shall be dipped in a slurry
19 of silt and water immediately prior to planting. The root systems of container plant
20 material shall be moist at the time of planting. In their final position, all plants shall
21 have their top true root (not adventitious root) no more than 1" below the soil
22 surface, no matter where that root was located in the original root ball or
23 container. After planting, the backfill material and root ball shall be thoroughly
24 watered in within 24 hours.
25
26 8.02.3(9) Pruning, Staking, Guying, and Wrapping
27 The first paragraph is revised to read:
28
29 Plants shall be pruned at the time of planting, only to remove minor broken or
30 damaged twigs, branches, or roots. Pruning shall be done with a sharp tool and
31 shall be done in such a manner as to retain or to encourage natural growth
32 characteristics of the plants. All other pruning shall be performed only after the
33 plants have been in the ground at least one year.
34
35 SECTION 8.04, CURBS, GUTTERS, AND SPILLWAYS
36 December 4, 2006
37 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters
38 The first paragraph is supplemented with the following:
39
40 Just prior to placing the curb, a tack coat of asphalt shall be applied to the
41 existing pavement surface at the rate ordered by the Engineer.
42
43 8-04.4 Measurement
44 The first paragraph is revised to read:
45
46 All curbs, gutters, and spillways will be measured by the linear foot along the line
47 and slope of the completed curbs, gutters, or spillways, including bends.
48 Measurement of cement concrete curb and cement concrete curb and gutter,
49 when constructed across driveways or sidewalk ramps, will include the width of
50 the driveway or sidewalk ramp.
CITY OF PORT ANGELES
8th Street Bndge Replacements
ProJect No. 02-15
III-37
000328
January 2007
1 SECTION 8-08, RUMBLE STRIPS
2 April 3, 2006
3 8-08.1 Description
4 The first sentence is revised to read:
5
6 This work consists of constructing centerline and shoulder rumble strips by
7 grinding hot mix asphalt.
8
9 8-08.3 Construction Requirements
10 The first sentence in the first paragraph is revised to read:
11
12 The equipment shall have a rotary type cutting head or series of cutting heads
13 capable of grinding one or more recesses in the hot mix asphalt as detailed in the
14 Standard Plans.
15
16 The third sentence in the third paragraph is revised to read:
17
18 All cuttings and other debris shall become the property of the Contractor and be
19 disposed of outside the project limits.
20
21 SECTION 8-09, RAISED PAVEMENT MARKERS
22 April 3, 2006
23 8-09.3(5) Recessed Pavement Marker
24 This section is revised to read:
25
26 Construct recesses for pavement markers by grinding the pavement in
27 accordance with the dimensions shown in the Standard Plans. This work shall
28 include cleanup and disposal of cuttings and other resultant debris. Prepare the
29 surface in accordance with Section 8-09.3(1). Install Type 2 markers in the recess
30 in accordance with the Standard Plans and Section 8-09.3(4).
31
32 SECTION 8-11, GUARDRAIL
33 April 3, 2006
34 8-11.3(4) Removing Guardrail
35 This section including title is revis\ed to read:
36
37 8-11.3(4) Removing Guardrail and Guardrail Anchor
38 Removal of the various types of guardrail shall include removal of the rail, cable
39 elements, hardware, and posts, including transition sections, expansion sections
40 and terminal sections . Removal of the various types of guardrail anchors shall
41 include removal of the anchor assembly in its entirety, including concrete bases,
42 rebar, and steel tubes and any other appurtenances in the anchor assembly. All
43 holes resulting from the removal of the guardrail posts and anchors shall be
44 backfilled with granular material in layers no more than 6-inches thick and
45 compacted to a density similar to that of the adjacent material. The removed
46 guardrail items shall become the property of the Contractor.
CITY OF PORT ANGELES
8th Street Bndge Replacements
ProjectNo 02-15
000328
January 2007
1II-38
.
.
.
.
.
.
1 SECTION 8-16, CONCRETE SLOPE PROTECTION
2 August7,2006
3
4
5
6
7
8
9
10
11
12
13
14
8-16.2 Materials
The material "Concrete Class 3000" and referenced section "6-02" are revised to read:
Commercial Concrete
6-02.3(2)B
8-16.3(3) Poured-in-Place Cement Concrete
In the second paragraph, the words "Class 3000 cement" are revised to read
"commercial" .
SECTION 8-20, IllUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
ELECTRICAL
December 4, 2006
15 8-20.3(2) Excavating and Backfilling
16 The third paragraph is revised to read:
17
18 The excavations shall be backfilled in conformance with the requirements of
19 Section 2-09.3(1 )E, Structure Excavation.
20
21 8-20.3(4) Foundations
22 The second paragraph is revised to read:
23
24 The bottom of concrete foundations shall rest on firm ground. If the portion of the
25 foundation beneath the existing ground line is formed or cased instead of being
26 cast against the existing soil forming the sides of the excavation, then all gaps
27 between the existing soil and the completed foundation shall be backfilled and
28 compacted in accordance with Section 2-09.3(1)E.
29
30 The thirteenth paragraph is revised to read:
31
32 Both forms and ground which will be in contact with the concrete shall be
33 thoroughly moistened before placing concrete; however, excess water in the
34 foundation excavation will not be permitted. Foundations shall have set at least
35 72 hours prior to the removal of the forms. All forms shall be removed, except
36 when the Plans or Special Provisions specifically allow or require the forms or
37 casing to remain.
38
39 8-20.3(9) Bonding, Grounding
40 The first, second, and fourth paragraphs are revised to read:
41
42 All metallic appurtenances containing electrical conductors (luminaires, light
43 standards, cabinets, metallic conduit, etc.) shall be made mechanically and
44 electrically secure to form continuous systems that shall be effectively grounded.
45
46 Where conduit is installed, the installation shall include an equipment ground
47 conductor, in addition to the conductors noted in the contract. Bonding jumpers
48 and equipment grounding conductors shall be installed in accordance with
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III.39
000328
January 2007
1 Section 9-29.3 and NEe. Where existing conduits are used for the installation of
2 new circuits, an equipment-grounding conductor shall be installed unless an .
3 existing equipment ground conductor, which is appropriate for the largest circuit,
4 is already present in the existing raceway. The equipment ground conductor
5 between the isolation switch and the sign lighter fixtures shall be a minimum of a
6 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a
7 common conduit, the equipment-grounding conductor shall be sized by the
8 largest overcurrent device serving any circuit contained within the conduit.
9
10 Supplemental grounding shall be provided at light standards, signal standards,
11 cantilever and sign bridge structures. Steel sign posts which support signs with
12 sign lighting or flashing beacons shall also have supplemental grounding. The
13 supplemental ground conductor shall be connected to the foundation rebar (all
14 rebar crossings shall be wire tied) by means of a grounding connector listed for
15 use in concrete, and lead up directly adjacent to a conduit installed within the
16 foundation. The free end of the conductor shall be terminated to the ground
17 terminal, with an approved clamp, within the pole. If no ground terminal is
18 provided, bond to standard or post. Three feet of slack shall be provided inside
19 the standard. Where a concrete and rebar foundation is not used the
20 supplemental ground shall be a grounding electrode placed in the hole next to the
21 post prior to back fill. For light standards, signal standards, cantilever and sign
22 bridge structures the supplemental grounding conductor shall be a non-insulated
23 4 AWG stranded copper conductor. For steel sign posts which support signs with
24 sign lighting or flashing beacons the supplemental grounding conductor shall be a
25 non-insulated 6 AWG stranded copper conductor.
26 .
27 8-20.3(14)E Signal Standards
28 The second paragraph is revised to read:
29
30 Signal standards shall not be erected on concrete foundations until the
31 foundations have attained 2400 psi or 14 days after concrete placement. Signal
32 standards without mast arms may be erected after 72 hours. Type IV and V strain
33 pole standards may be erected but the messenger cable (span wire) shall not be
34 placed until the foundation has attained 2400 psi or 14 days after concrete
35 placement.
36
37 SECTION 8-21, PERMANENT SIGNING
38 January 3, 2006
39 8-21.3(9)F Bases
40 The second paragraph is revised to read:
41
42 The excavation and backfill shall be in conformance with the requirements of
43 Section 2-09.3(1)E.
44
45 The fifth paragraph is revised to read:
46
47 The bottom of concrete foundations shall rest on firm ground. If the portion of the
48 foundation beneath the existing ground line is formed or cased instead of being
49 cast against the existing soil forming the sides of the excavation, then all gaps .
CITY OF PORT ANGELES
8th Street Bridge Replacements
PrOject No. 02-15
III-40
000328
January 2007
.
.
.
1 between the existing soil and the completed foundation shall be backfilled and
2 compacted in accordance with Section 2-09.3(1)E.
3
4 The fourteenth paragraph is revised to read:
5
6 Both forms and ground which will be in contact with the concrete shall be
7 thoroughly moistened before placing concrete; however, excess water in the
8 foundation excavation will not be permitted. Forms shall not be removed until the
9 concrete has set at least three days. All forms shall be removed, except when the
10 Plans or Special Provisions specifically allow or require the forms or casing to
11 remain.
12
13 SECTION 8-22, PAVEMENT MARKING
14 December 4, 2006
15 8-22.3(2) Preparation of Roadway Surfaces
16 The following new sentence is inserted after the first sentence in the second
17 paragraph:
18
19 The temperature requirement may be superseded by the material manufacturers
20 written installation instructions.
21
22 The last sentence in the third paragraph is revised to read:
23
24 These cure periods may be reduced if the manufacturer performs a successful
25 bond test and approves the reduction of the pavement cure period.
26
27 8-22.3(3) Marking Application
28 The following is inserted preceding the first paragraph:
29
30 Flat Lines - Pavement marking lines with a flat surface.
31
32 Profiled Marking - A profiled pavement marking is a marking that consists of a
33 base line thickness and a profiled thickness which is a portion of the pavement
34 marking line that is applied at a greater thickness than the base line thickness.
35 Profiles shall be applied using the extruded method in the same application as
36 the base line. The profiles may be slightly rounded provided the minimum profile
37 thickness is provided for the length of the profile. See the Standard Plans for the
38 construction details.
39
40 Embossed Plastic Line - Embossed plastic lines consist of a flat line with
41 transverse grooves. An embossed plastic line may also have profiles. See the
42 Standard Plans for the construction details.
43
44 Inset Line - A line constructed by grinding or saw cutting a groove into the
45 pavement surface and spraying, extruding, or gluing pavement marking material
46 into the groove. The groove depth is dependent upon the material used, the
47 pavement surface, and location.
CITY OF PORT ANGELES
8th Street Bndge Replacements
ProjectNo 02-15
I1I-41
000328
January 2007
1 The second paragraph is revised to read:
2
3 Centerlines on two lane highways with skip patterns, paint or plastic, shall be
4 applied in the increasing mile post direction so they are in cycle with existing skip
5 pattern lines at the beginning of the project. Skip patterns applied to multi-lane or
6 divided roadways shall be applied in cycle in the direction of travel.
7
8 Where paint is applied on centerline on two-way roads with bituminous surface
9 treatment or centerline rumble strips, the second paint application shall be
10 applied in the opposite (decreasing mile post) direction as the first application
11 (increasing mile post) direction. This will require minor skip pattern corrections for
12 curves on the second application.
13
14 The fourth paragraph, beginning with "Lines with skip patterns", is deleted.
15
16 The fifth paragraph, beginning with "Glass beads", is deleted.
17
18 The first sentence in the sixth paragraph is revised to read:
19
20 Pavement markings shall be applied at the following base line thickness
21 measured above the pavement surface or above the slot bottom for inset
22 markings in thousandths of an inch (mils):
23
24 In the sixth paragraph, the chart Marking Material Application is revised to read:
25
Marking Material Application HMA PCC BST
Paint-first coat spray 10 10 10
Paint- second coat spray 15 15 15
Type A - flat/transverse & symbol~ extruded 125 125 125
Type A - flatllong line & symbols spray 90 90 120
Type A - with profiles extruded 90 90 120
Type A - embossed extruded 160 160 160
Type A - embossed with profiles extruded 160 160 160
Type B - flat/transverse & symboll: heat fused 125 125 125
Type C - flat/transverse & adhesive 90 90 NA
symbols
Type C-1 - inset/long line adhesive 60 60 NA
Type 0 - flat/transverse & spray 120 120 120
symbols
Type 0 - flat/transverse & extruded 120 120 120
symbols
Type 0 - flat/long line spray 90 90 120
Type 0 - flat/long line extruded 90 90 120
Type 0 - profiledllong line extruded 90 90 120
Type 0 - inset/long line spray 40 40 40
Type 0 - insetllong line extruded 230 230 230
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
000328
January 2007
III-42
.
.
.
.
.
.
1
2
3
In the seventh paragraph, the chart for Liquid pavement marking material yield per
gallon is revised to read:
Mils Thickness Feet of 4" Line/Gallon Square Feet/Gallon
10 483 161
15 322 108
30 161 54
40 125 42
45 107 36
60 81 27
90 54 18
90 with profiles 30 10
120 40 13
120 with profiles 26 9
230 21 7
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
In the eighth paragraph, the final line in the chart for Solid pavement marking material
(Type A) yield is revised to read:
230 - flat inset
47
15
The ninth and tenth paragraphs are deleted.
The eleventh paragraph is revised to read:
All inset plastic lines shall be applied into a groove cut or ground into the
pavement. For Type A or 0 material the groove shall be cut or ground with
equipment to produce a smooth square groove 4-inches wide. For Type C-1
material the groove shall be cut with equipment to produce a smooth square
groove with a width in accordance with the material manufacturer's
recommendation. The groove depth for Type C-1 material shall be 100 mils, plus
or minus 10 mils. The groove depth for Type A or 0 material shall be as shown in
the Plans.
Section 8-22.3 is supplemented with the following new sub-section.
8-22.3(3)A Glass beads
Top dress glass beads shall be applied to all spray and extruded pavement
marking material. Glass beads shall be applied by a bead dispenser immediately
following the pavement marking material application. Glass bead dispensers shall
apply the glass beads in a manner such that the beads appear uniform on the
entire pavement marking surface with 50 to 60% embedment. Hand casting of
beads will not be allowed.
Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application
rate of 7 pounds per gallon of paint. For plastic pavement markings, glass beads
shall be applied at the rate recommended by the marking material manufacturer.
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No 02-15
III -43
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
When two or more spray applications are required to meet thickness
requirements for Type A and Type D materials, top dressing with glass beads is
only allowed on the last application. The cure period between successive
applications shall be in accordance with the manufacturer's recommendations.
Any loose beads, dirt, or other debris shall be swept or blown off the line prior to
application of each successive application. Successive applications shall be
applied squarely on top of the preceding application.
e
8-22.3(5) Installation Instructions
This section including title is revised to read:
8-22.3(5) Plastic Installation Instructions
Installation instructions for plastic markings shall be provided for the Engineer. All
materials including glass beads shall be installed according to the manufacturer's
recommendations. A manufacturer's technical representative shall be present at
the initial installation of plastic material to approve the installation procedure or
the material manufacturer shall certify that the Contractor will install the plastic
material in accordance with their recommended procedure.
8-22.4 Measurement
The following is inserted after the fifth paragraph:
Diagonal and chevron-shaped lines used to delineate medians, gore areas, and
parking stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in
the color and pattern shown in the Standard Plans. These lines will be measured
as painted or plastic line or wide line by the linear foot of line installed. Crosswalk
line will be measured by the square foot of marking installed.
.
Traffic arrows, traffic letters, access parking space symbols, HOV symbols,
railroad crossing symbols, drainage markings, bicycle lane symbols, aerial
surveillance full, and 1/2 markers, yield line symbols, yield ahead symbols, and
speed bump symbols will be measured per each. Type 1 through 6 traffic arrows
will be measured as one unit each, regardless of the number of arrow heads.
The last paragraph is revised to read:
Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane
symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and
speed bump symbol will be measured per each. Removal of crosswalk lines will
be measured by the square foot of lines removed.
8-22.5 Payment
The following items are deleted:
"Painted HOV Lane Symbol Type
"Plastic HOV Lane Symbol Type
"
"
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
000328
January 2007
III-44
.
.
.
1 SECTION 9-00, DEFINITIONS AND TESTS
2 January 3, 2006
3 9-00.8 Sand Equivalent
4 The second paragraph is revised to read:
5
6 For acceptance, there must be a clear line of demarcation. If no clear line of
7 demarcation has formed at the end of a 30 minute sedimentation period, the
8 material will be considered as failing to meet the minimum specified sand
9 equivalent.
10
11 SECTION 9-02, BITUMINOUS MATERIALS
12 January 3, 2006
13 9-02.1(4) Asphalt Binders
14 This section including title is revised to read:
15
16 9-02.1(4) Performance Graded Asphalt Binder (PGAB)
17 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades
18 specified in the contract shall be used in the production of HMA. The Direct
19 Tension Test (AASHTO T 314) of M 320 is not a specification requirement.
20
21 9-02.1(4)A Performance Graded Asphalt Binder
22 This section including title is revised to read:
23
24 9-02.1(4)A Quality Control Plan
25 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in
26 accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That
27 Certify Performance Graded Asphalts". The Asphalt Supplier's QCP shall be
28 submitted and approved by the WSDOT State Materials Laboratory. Any change
29 to the QCP will require a new QCP to be submitted. The Asphalt Supplier of
30 PGAB shall certify through the Bill of Lading that PGAB meets the specification
31 requirements of the contract.
32
33 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P
34 This section is revised to read:
35
36 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The
37 polymer shall be milled into the asphalt or emulsion during the manufacturing of
38 the emulsion. The asphalt CRS-2P shall meet the following specifications:
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-45
000328
January 2007
AASHTO Test Specifications
Method Minimum Maximum
Viscosity @122QF, SFS T59 100 400
Storage Stability 1 day % T59 --- 1
Demulsibility 35 ml. 0.8% Dioctyl T59 40 .--
Sodium Sulfosuccinate
Particle Charge T59 positive ---
Sieve Test % T59 --- 0.30
Distillation
Oil distillate by vol. of emulsion % T 59note 1 0 3
Residue T 59 note 1 65 ---
Test on the Residue From
Distillation
Penetration @77QF T49 100 250
Torsional Recovery % note 2 18 _n
or
Toughness/Tenacity in-Ibs note 3 50/25 ---
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
note 1 Distillation modified to use 300 grams of emulsion heated to 350QF :!:: 9QF
and maintained for 20 minutes.
note 2The Torsional Recovery test shall be conducted according to the
California Department of Transportation Test Method No. 332. The residue
material for this test shall come from California Department of Transportation
Test Method No. 331.
note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at
77QF, 20 in. per minute pull. Tension head 7/8 in. diameter.
At the option of the supplier the Benson ToughnessfTenacity test can be used in
lieu of Torsional Recovery based on type of modifier used. If the Benson
ToughnessfTenacity method is used for acceptance the supplier must supply all
test data verifying specification conformance.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
000328
January 2007
III -46
.
.
.
1 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
2 December 4, 2006
3 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe
4 This section including title is revised to read:
5
6 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch)
7 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M
8 252 type C (corrugated both inside and outside) or type S (corrugated outer wall
9 and smooth inner liner). The maximum size pipe shall be 10 inches in diameter.
10
11 9-05.1(7) Corrugated Polyethylene Drain Pipe
12 This section including title is revised to read:
13
14 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through
15 60-inch)
16 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum,
17 shall meet the minimum requirements of AASHTO M 294 Type S or 12-inch
18 through 24 inch diameter maximum shall meet the minimum requirements of
19 AASHTO M 294 Type C.
20
21 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing
22 Underdrain Pipe
23 This section including title is revised to read:
24
25 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (up to
26 10-inch)
27 Perforated corrugated polyethylene underdrain pipe shall meet the requirements
28 of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class
29 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2
30 perforations. Additionally, Class 2 perforations shall be uniformly spaced along
31 the length and circumference of the pipe. The maximum size pipe shall be 10-
32 inch diameter.
33
34 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe
35 This section including title is revised to read:
36
37 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe
38 (12-inch through 60-inch)
39 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch
40 diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or
41 Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP
42 shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally,
43 Class 2 perforations shall be uniformly spaced along the length and
44 circumference of the pipe.
45
46 9-05.4(3) Protective Treatment
47 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5).
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
I1I-47
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
9-05.15 Metal Castings
This section is revised to read:
.
For all metal castings the producing foundry shall provide certification stating the
country of origin, the material meets the required ASTM or AASHTO specification
noted in the subsections below. The producing foundry shall detail all test results
from physical testing to determine compliance to the specifications. The test
reports shall include physical properties of the material from each heat and shall
include tensile, yield, and elongation as specified in the appropriate ASTM or
AASHTO specification. For AASHTO M 306, Section 8, Certification is deleted
and replaced with the above certification and testing requirements.
Metal castings for drainage structures shall not be dipped, painted, welded,
plugged, or repaired. Porosity in metal castings for drainage structures shall be
considered a workmanship defect subject to rejection by the Engineer. Metal
castings made from gray iron or ductile iron shall conform to the requirements of
AASHTO M 306, and metal castings made from cast steel shall conform to the
requirements of Section 9-06.8. All metal castings shall meet the proof load
testing requirements of AASHTO M 306.
9-05.15(1) Manhole Ring and Cover
This section is revised to read:
Castings for manhole rings shall be gray iron or ductile iron and covers shall be
ductile iron.
.
All covers shall be interchangeable within the dimensions shown in the Standard
Plans. All mating surfaces shall be machine finished to ensure a nonrocking fit.
The inside vertical recessed face of the ring and the vertical outside edge of the
cover shall be machined or manufactured to the following tolerances:
Ring
Cover
+3/32 inch to -3/32 inch
+3/32 inch to -3/32 inch
All manhole rings and covers shall be identified by the name or symbol of the
producing foundry and country of casting origin. This identification shall be in a
plainly visible location when the ring and cover are installed. Ductile iron shall be
identified by the following, "DUC" or "01." The producing foundry and material
identification shall be adjacent to each other and shall be minimum Y2 inch to
maximum inch-high letters, recessed to be flush with the adjacent surfaces.
9-05.15(2) Metal Frame, Grate, and Solid Metal Cover for Catch Basins or
Inlets
The first and second paragraphs are revised to read:
Castings for metal frames for catch basins and inlets shall be cast steel, gray
iron, or ductile iron, and as shown in the Standard Plans.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
000328
January 2007
III -48
.
.
.
1 Castings for grates and solid metal covers for catch basins and inlets shall be
2 cast steel or ductile iron and as shown in the Standard Plans. Additionally,
3 leveling pads are allowed on grates and solid metal covers with a height not to
4 exceed 1/8 inch. The producing foundry's name and material designation shall be
5 embossed on the top of the grate. The material shall be identified by the
6 following: "CS" for cast steel or "DUC" or "01" for ductile iron and shall be located
7 near the producing foundry's name.
8
9 9-05.15(3) Cast Metal Inlets
1 0 The first sentence is revised to read:
11
12 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown
13 in the Standard Plans.
14
15 9-05.19 Corrugated Polyethylene Culvert Pipe
16 The first paragraph is revised to read:
17
18 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M
19 294 Type S or 0 for pipe 12-inch to 60-inch diameter with silt-tight joints.
20
21 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
22 December 4, 2006
23 9-06.5(4) Anchor Bolts
24 The first and second paragraphs are revised to read:
25
26 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise
27 specified, shall be Grade 105 and shall conform to Supplemental Requirements
28 S2, S3, and S4.
29
30 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M
31 291, Grade 0 or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall
32 conform to AASHTO M 291, Grade DH and shall conform to the lubrication
33 requirements in Section 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or
34 galvanized anchor bolts shall conform to AASHTO M 291, Grade A. Washers
35 shall conform to ASTM F 436.
36
37 9-06.9 Gray Iron Castings
38 The AASHTO requirement is revised to read "AASHTO M 306".
39
40 SECTION 9-09, TIMBER AND LUMBER
41 August 7,2006
42 9-09.2(3) Inspection
43 This section is revised to read:
44
45 Timber and lumber requiring a grade stamp shall be marked with a certified
46 lumber grade stamp provided by one of the following agencies:
CITY OF PORT ANGELES
8th Street Bridge Replacements
ProjectNo 02-15
III -49
000328
Janual)' 2007
1 West Coast Lumber Inspection Bureau (WCLlB)
2 Western Wood Products Association (WWPA)
3 Pacific Lumber Inspection Bureau (PUB)
4 Any lumber grading bureau certified by the American Lumber Standards
5 Committee
6
7 Timber and Lumber requiring a grading certificate shall have a certificate that was
8 issued by either the grading bureau whose stamp is shown on the material, or by
9 the lumber mill, which must be under the supervision of one of the grading
10 bureaus listed above. The certificate shall include the following:
11
12 Name of the mill performing the grading
13 The grading rules being used
14 Name of the person doing the grading with current certification
15 Signature of a responsible mill official
16 Date the lumber was graded at the mill
17 Grade, dimensions, and quantity of the timber or lumber
18
19 For Structures:
20 All material delivered to the project shall bear a grade stamp and have a grading
21 certificate. The grade stamp and grading certificate shall not constitute final
22 acceptance of the material. The Engineer may reject any or all of the timber or
23 lumber that does not comply with the specifications or has been damaged during
24 shipping or upon delivery.
25
26 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and
27 Mailbox Posts:
28 Material delivered to the project shall either bear a grade stamp on each piece or
29 have a grading certificate. The grade stamp or grading certificate shall not
30 constitute final acceptance of the material. The Engineer may reject any or all of
31 the timber or lumber that does not comply with the specifications or has been
32 damaged during shipping or upon delivery.
33
34 9-09.3(1) General Requirements
35 The last sentence in the first paragraph is revised to read:
36
37 Unless otherwise specified in the contract, all timber and lumber shall be treated
38 in accordance with Sections U1 and T1, of the latest edition of the AWPA
39 standards.
40
41 SECTION 9-12, MASONRY UNITS
42 August 7, 2006
.
43 9-12.7 Precast Concrete Dry Wells
44 The third sentence is revised to read:
45
46 Each seepage port shall provide a minimum of 1 square inch and a maximum of
47 7 square inches for round openings and 15 square inches for rectangular
48 openings.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
000328
January 2007
III-50
.
.
.
.
.
.
1 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND
2 ROCK WALLS
3 August 7,2006
4 9-13.5(2) Poured Portland Cement Concrete Slope Protection
5 The first paragraph is revised to read:
6
7 Cement concrete for poured concrete slope protection shall be commercial
8 concrete in conformance with Section 6-02.3(2)8.
9
10 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
11 August 7,2006
12 9-14.2 Seed
13 This section is revised to read:
14
15 Grasses, legumes, or cover crop seed of the type specified shall conform to the
16 standards for "Certified" grade seed or better as outlined by the State of
17 Washington Department of Agriculture "Rules for Seed Certification," latest
18 edition. Seed shall be furnished in standard containers on which shall be shown
19 the following information:
20
21 (1) Common and botanical names of seed,
22 (2) Lot number,
23 (3) Net weight,
24 (4) Pure live seed
25
26 All seed installers and vendors must have a business license issued by the
27 Washington State Department of Licensing with a "seed dealer" endorsement.
28 Upon request, the contractor shall furnish the Engineer with copies of the
29 applicable licenses and endorsements.
30
31 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a
32 statement signed by the vendor certifying that each lot of seed has been tested
33 by a recognized seed testing laboratory within six months before the date of
34 delivery on the project. Seed which has become wet, moldy, or otherwise
35 damaged in transit or storage will not be accepted.
36
37 9-14.4(1) Straw
38 This section is revised to read:
39
40 All straw material shall be in an air dried condition free of noxious weeds and
41 other materials detrimental to plant life. Straw mulch so provided shall be suitable
42 for spreading with mulch blower equipment.
43
44 9-14.4(3) Bark or Wood Chips
45 This section is supplemented with the following:
46
47 Sawdust shall not be used as mulch.
48
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-51
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20.
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
9-14.4(4) Sawdust
This section including title is revised to read:
.
9-14.4(4) Vacant
9-14.4(8) Compost
This section is revised to read:
Compost products shall be the result of the biological degradation and
transformation of plant-derived materials under controlled conditions designed to
promote aerobic decomposition. Compost shall be stable with regard to oxygen
consumption and carbon dioxide generation. Compost shall be mature with
regard to its suitability for serving as a soil amendment or an erosion control BMP
as defined below. The compost shall have a moisture content that has no visible
free water or dust produced when handling the material.
Compost production and quality shall comply with Chapter 173-350 WAC.
Compost products shall meet the following physical criteria:
1. Compost material shall be tested in accordance with Testing Methods
for the Examination of Compost and Composting (TMECC) Test Method
02.02-B, "Sample Sieving for Aggregate Size Classification".
Fine Compost shall meet the following:
.
Min.
Percent passing 2" 1 00%
Percent passing 1" 99%
Percent passing 1 /2" 90%
Percent passing 14" 75%
Maximum particle length of 6 inches
Max.
100%
100%
100%
Coarse Compost shall meet the following:
Min.
Percent passing 3" 1 00%
Percent passing 1" 90%
Percent passing %" 70%
Percent passing 14" 40%
Maximum particle length of 6 inches
Max.
100%
100%
60%
2. The pH shall be between 6.0 and 8.5 when tested in accordance with
TMECC 04.11-A, "1:5 Slurry pH".
3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.)
shall be less than 1.0 percent by weight as determined by TMECC
03.08-A.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
000328
January 2007
III-52
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
4. Minimum organic matter shall be 40 percent dry weight basis as
determined by TMECC 05.07A, "Loss-On-Ignition Organic Matter
Method" .
5. Soluble salt contents shall be less than 4.0mmhos/cm tested in
accordance with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis".
6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A,
"Germination and Root Vigor".
7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon
Dioxide Evolution Rate"
8. The compost product must originate a minimum of 65 percent by volume
from recycled plant waste as defined in WAC 173-350 as "Type 1
Feedstocks." A maximum of 35 percent by volume of other approved
organic waste and/or biosolids may be substituted for recycled plant
waste. The supplier shall provide written verification of feedstock
sources
9. The Engineer may also evaluate compost for maturity using the Solvita
Compost Maturity Test. Fine Compost shall score a number 6 or above
on the Solvita Compost Maturity Test. Coarse Compost shall score a 5
or above on the Solvita Compost Maturity Test.
The compost supplier will test all compost products within 90 calendar days prior
to application. Samples will be taken using the Seal of Testing Assurance (STA)
sample collection protocol. (The sample collection protocol can be obtained from
the U.S. Composting Council, 4250 Veterans Memorial Highway, Suite 275,
Holbrook, NY 11741
Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to
an independent STA Program approved lab. The compost supplier will pay for the
test. A copy of the approved independent STA Program laboratory test report
shall be submitted to the Contracting Agency prior to initial application of the
compost. Seven days prior to application, the Contractor shall submit a sample of
each type of compost to be used on the project to the Engineer.
Compost not conforming to the above requirements or taken from a source other
than those tested and accepted shall be immediately removed from the project
and replaced at no cost to the Contracting Agency.
The Contractor shall either select a compost supplier from the Qualified Products
List, or submit the following information to the Engineer for approval:
1. A Request for Approval of Material Source.
2. A copy of the Solid Waste Handling Permit issued to the supplier by the
Jurisdictional Health Department as per WAC 173-350 (Minimum
Functional Standards for Solid Waste Handling).
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
III-53
000328
January 2007
1 3. The supplier shall verify in writing, and provide lab analyses that the
2 material complies with the processes, testing, and standards specified in .
3 WAC 173-350 and these specifications. An independent STA Program
4 certified laboratory shall perform the analysis.
5
6 4. A list of the feedstock by percentage present in the final compost
7 product.
8
9 5. A copy of the producer's Seal of Testing Assurance certification as
10 issued by the U.S. Composting Council.
11
12 Acceptance will be based upon a satisfactory Test Report from an independent
13 STA program certified laboratory and the sample(s) submitted to the Engineer.
14
15 9-14.5(5) Wattles
16 This section is revised to read:
17
18 Wattles shall consist of cylinders of biodegradable plant material such as straw,
19 coir, compost, or wood shavings encased within biodegradable or
20 photodegradable netting. Wattles shall be at least 5 inches in diameter, unless
21 otherwise specified. Encasing material shall be clean, evenly woven, and free of
22 encrusted concrete or other contaminating materials such as preservatives.
23 Encasing material shall be free from cuts, tears, or weak places and shall have a
24 lifespan greater than 6 months.
25
26 Compost filler shall meet the material requirements as specified in Section 9- .
27 14.4(8), and shall be Coarse Compost.
28
29 9-14.5(6) Compost Sock
30 This section is revised to read:
31
32 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly
33 woven, and free of encrusted concrete or other contaminating materials and shall
34 be free from cuts, tears, broken or missing yarns and thin, open, or weak places.
35 Fabric for compost sock shall consist of extra heavy weight biodegradable fiber
36 which has not been treated with any type of preservative. Compost for compost
37 socks shall meet the material requirements as specified in Section 9-14.4(8), and
38 shall be Coarse Compost
39
40 Wood stakes for compost sock and wattles shall be made from Douglas-fir,
41 hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal
42 dimension and 36 inches in length, unless otherwise indicated in the Plans.
43
44 Section 9-14.5 is supplemented with the following new section.
45
46 9-14.5(7) Coir Log
47 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly
48 compacted within an outer netting. Log segments shall have a maximum length of 20
49 feet, with a minimum diameter as shown in the Plans. Logs shall have a density of 7 .
50 Ibs/cf or greater.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-54
000328
January 2007
.
.
.
1 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir
2 twine with minimum strength of 80 Ibs tensile strength. The netting shall have nominal
3 2 inch by 2 inch openings.
4
5 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall
6 have a notch to secure the rope ties. Rope ties shall be one-quarter inch diameter
7 commercially available hemp rope.
8
9 9-14.6(1) Description
10 This section is revised to read:
11
12 Bare root plants are grown in the ground and harvested without soil or growing
13 medium around their roots.
14
15 Container plants are grown in pots or flats that prevent root growth beyond the
16 sides and bottom of the container.
17
18 Balled and burlapped plants are grown in the ground and harvested with soil
19 around a core of undisturbed roots. This root ball is wrapped in burlap and tied or
20 placed in a wire basket or other supportive structure.
21
22 Cuttings are live plant material without a previously developed root system.
23 Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall
24 be made with a sharp instrument. Written permission shall be obtained from
25 property owners and provided to the Engineer before cuttings are collected. The
26 Contractor shall collect cuttings in accordance with applicable sensitive area
27 ordinances. For cuttings, the requirement to be nursery grown or held in nursery
28 conditions does not apply. Cuttings include the following forms:
29
30 A. Live branch cuttings shall have flexible top growth with terminal buds
31 and may have side branches. The rooting end shall be cut at an
32 approximate 45 degree angle.
33
34 B. Live stake cuttings shall have a straight top cut immediately above a
35 bud. The lower, rooting end shall be cut at an approximate 45 degree
36 angle. Live stakes are cut from one to two year old wood. Live stake
37 cuttings shall be cut and installed with the bark intact with no branches
38 or stems attached, and be ~ to 1 ~ inch in diameter.
39
40 C. Live pole cuttings shall have a minimum 2-inch diameter and no more
41 than three branches which shall be pruned back to the first bud from the
42 main stem.
43
44 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at
45 the nodes and becoming erect at the apex. Rhizomes shall have a
46 minimum of two growth points.
47
48 E. Tubers shall be a thickened and short subterranean branch having
49 numerous buds or eyes.
CITY OF PORT ANGELES
8th Street BrIdge Replacements
Project No. 02-15
III-55
000328
January 2007
1 9-14.6(2) Quality
2 This section is revised to read:
3
4 All plant material furnished shall meet the grades established by the latest edition
5 of the American Standard for Nursery Stock, (ASNS) ANSI 260.1 shall conform to
6 the size and acceptable conditions as listed in the contract, and shall be free of all
7 foreign plant material.
8
9 All plant material shall comply with State and Federal laws with respect to
10 inspection for plant diseases and insect infestation.
11
12 All plant material shall be purchased from a nursery licensed to sell plants in
13 Washington State.
14
15 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers,
16 shall be vigorous, well formed, with well developed fibrous root systems, free
17 from dead branches, and from damage caused by an absence or an excess of
18 heat or moisture, insects, disease, mechanical or other causes detrimental to
19 good plant development. Evergreen plants shall be well foliated and of good
20 color. Deciduous trees that have solitary leaders shall have only the lateral
21 branches thinned by pruning. All conifer trees shall have only one leader (growing
22 apex) and one terminal bud, and shall not be sheared or shaped. Trees having a
23 damaged or missing leader, multiple leaders, orY-crotches shall be rejected.
24
25 Root balls of plant materials shall be solidly held together by a fibrous root system
26 and shall be composed only of the soil in which the plant has been actually
27 growing. Balled and burlapped rootballs shall be securely wrapped with jute
28 burlap or other packing material not injurious to the plant life. Root balls shall be
29 free of weed or foreign plant growth.
30
31 Plant materials shall be nursery grown stock. Plant material, with the exception of
32 cuttings, gathered from native stands shall be held under nursery conditions for a
33 minimum of one full growing season, shall be free of all foreign plant material,
34 and meet all of the requirements of these Specifications, the Plans, and the
35 Special Provisions.
36
37 Container grown plants must be plants transplanted into a container and grown in
38 that container sufficiently long for new fibrous roots to have developed so that the
39 root mass will retain its shape and hold together when removed from the
40 container, without having roots that circle the pot. Plant material which is root
41 bound, as determined by the Engineer, shall be rejected. Container plants shall
42 be free of weed or foreign plant growth.
43
44 Container sizes for plant material of a larger grade than provided for in the
45 container grown specifications of the ASNS shall be determined by the volume of
46 the root ball specified in the ASNS for the same size plant material.
47
48 All bare root plant materials shall have a heavy fibrous root system and must be
49 dormant at the time of planting.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
000328
January 2007
III-56
.
.
.
.
.
.
1 Average height to spread proportions and branching shall be in accordance with
2 the applicable sections, illustrations, and accompanying notes of the ASNS.
3
4 Plants specified or identified as "Street Tree Grade" shall be trees with straight
5 trunks, full and symmetrical branching, central leader, and be developed, grown,
6 and propagated with a full branching crown. A "Street Tree Grade" designation
7 requires the highest grade of nursery shade or ornamental tree production which
8 shall be supplied.
9
10 Trees with improperly pruned, broken, or damaged branches, trunk, or root
11 structure shall be rejected. In all cases, whether supplied balled and burlapped or
12 in a container, the root crown (top of root structure) of the tree shall be at the top
13 of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not
14 be accepted.
15
16 Plants, which have been determined by the Engineer to have suffered damage as
17 the result of girdling of the roots, stem, or a major branch; have deformities of the
18 stem or major branches; have a lack of symmetry; have dead or defoliated tops
19 or branches; or have any defect, injury, or condition which renders the plant
20 unsuitable for its intended use, shall be rejected.
21
22 Plants that are grafted shall have roots of the same genus as the specified plant.
23
24 9-14.6(3) Handling and Shipping
25 The last sentence in the sixth paragraph is deleted.
26
27 9-14.6(6) Substitution of Plants
28 The second paragraph is revised to read:
29
30 Container or balled and burlapped plant material may be substituted for bare root
31 plant material. Container grown plant material may be substituted for balled and
32 burlapped plant materials. When substitution is allowed, use current ASNS
33 standards to determine the correct rootball volume (container or balled and
34 burlapped) of the substituted material that corresponds to that of the specified
35 material. These substitutions shall be approved by the Engineer and be at no cost
36 to the Contracting Agency.
37
38 9-14.6(7) Temporary Storage
39 The third paragraph is revised to read:
40
41 Cuttings shall continually be shaded and protected from wind. Cuttings must be
42 protected from drying at all times and shall be heeled into moist soil or other
43 insulating material or placed in water if not installed within 8 hours of cutting.
44 Cuttings to be stored for later installation shall be bundled, laid horizontally, and
45 completely buried under 6 inches of water, moist soil or placed in cold storage at
46 a temperature of 34 F and 90% humidity. Cuttings that are not planted within 24
47 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings
48 taken when the temperature is higher than 500F shall not be stored for later use.
49 Cuttings that already have developed roots shall not be used.
50
51 The fourth paragraph is deleted.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
III-57
000328
January 2007
1 SECTION 9-15, IRRIGATION SYSTEM
2 August 7,2006
3 9-15.1 Pipe, Tubing, and Fittings
4 The second paragraph is revised to read:
5
6 Copper pipe or tubing shall be annealed, seamless" and conform to the
7 requirements of ASTM B 88, and shall be a minimum of Type L rating.
8
9 SECTION 9-16, FENCE AND GUARDRAil
10 April 3, 2006
11 9-16.1(1)A Post Material for Chain-Link Fence
12 The two references in the second paragraph to "Standard Plan L 2" are revised to
13 "ASTM F1 043".
14
15 Under Roll Form Material, the reference in the third paragraph to
16 "standard Plan L 2" is revised to "ASTM F1043".
17
18 SECTION 9-22, MONUMENT CASES
19 August 7,2006
20 9-22.1 Monument Cases, Covers, and Risers
21 The AASHTO requirement is revised to read "AASHTO M 306".
22
23 SECTION 9-28, SIGNING MATERIALS AND FABRICATION
24 August 7,2006
25 9-28.14(1) Timber Sign Posts
26 The last sentence is revised to read:
27
28 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts.
29
. 30 SECTION 9-29, IllUMINATION, SIGNAL, ELECTRICAL
31 December 4, 2006
32 9-29.2 Junction Boxes
33 Section 9-29.2 including title is revised to read:
34
35 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes
36 9-29.2(1) Standard Junction Box
37 This section including title is revised to read:
38
39 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes
40 For the purposes of this specification concrete is defined as Portland Cement
41 Concrete and non-concrete is all others.
42
43 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy
44 Duty Junction Boxes are defined as Type 4, 5, and 6.
CITY OF PORT ANGELES
8th Street Bridge Replacements ---.
Project No. 02-15
000328
January 2007
III-58
.
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
.
.
The contractor shall provide shop drawings if their manufacturing process or
standard production model includes any deviation from the Standard Plan.
For eacn type of junction box, or whenever there is a design change to the
junction box, a proof test, as defined in this specification, shall be performed
once in the presence of the Engineer.
This section is supplemented with the following new subsections:
9-29.2(1)A Standard Duty Junction Boxes
All Standard Duty Junction Boxes shall have a minimum load rating of 22,500
pounds and be tested in accordance with 9-29.2(1 )C. A complete Type 7 or Type
8 Junction Box includes the spread footing shown in the Standard Plans.
Concrete Junction Boxes
The Standard Duty Concrete Junction Box steel frame, lid support, and lid
shall be painted with a black paint containing rust inhibiters or painted with a
shop applied, inorganic zinc primer in accordance with Section 6-07.3, or hot
dip galvanized in accordance with ASTM A 111.
Concrete used in Standard Duty Junction Boxes shall have a minimum
compressive strength of 6000 psi when reinforced with a welded wire hoop,
or 4000 psi when reinforced with welded wire fabric or fiber reinforcement.
The frame shall be anchored to the box by welding the wire fabric to the
frame or by welding headed studs 3/8 inch x 3 inches long, as specified in
section 9-06.15, to the frame. The wire fabric shall be attached to the studs
and frame with standard tie practices. The box shall contain ten studs
located near the centerline of the frame and box wall. The studs shall be
placed one anchor in each corner, one at the middle of each width and two
equally spaced on each length of the box.
Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the
following:
Concrete
Reinforcing Steel
Fiber Reinforcing
Lid
Frame
or
Section 6-02
Section 9-07
ASTM C 1116, Type III
ASTM A786 diamond plate steel
ASTM A786 diamond plate steel
Lid Support & Handle
Anchors (studs)
ASTM A36 flat steel
ASTM A36 steel
Section 9-06.15
Non-Concrete Junction Boxes
Material for the non-concrete junction boxes shall be of a quality that will
provide for a similar life expectancy as Portland Cement Concrete in a direct
burial application.
Type 1,2, 7, and 8 non-concrete junction boxes shall have a Design Load of
22,500 Ibs. and shall be tested in accordance with 9-29.2(1 )C. Non-concrete
junction boxes shall be gray in color and have an open bottom design with
CITY OF PORT ANGELES
8th Street Bndge Replacements
ProjectNo 02-15
III-59
000328
January 2007
, 1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
approximately the same inside dimensions, and present a load to the bearing
surface that is less than or equal to the loading presented by the concrete
junction boxes shown in the Standard Plans. Non-concrete junction box lids
shall include a pull slot and shall be secured with two % inch stainless steel
hex-head bolts factory coated with anti-seize compound and recessed into
the cover. The tapped holes for the securing bolts shall extend completely
through the box to prevent accumulation of debris. Bolts shall conform to
ASTM F 593, stainless steel.
.
9-29.2(1)B Heavy Duty Junction Boxes
Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load
rating of 46,000 pounds without permanent deformation and 60,000 pounds
without failure when tested in accordance with 9-29.2(1)C .
The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with
a shop applied, inorganic zinc primer in accordance with Section 6-07.3
The concrete used in Heavy Duty Junction Boxes shall have a minimum
compressive strength of 4000 PSI.
Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the
following:
Concrete
Reinforcing Steel
Lid
Section 6-02
Section 9-07
ASTM A786 diamond plate steel, rolled
from plate complying with ASTM A572,
grade 50 or ASTM A588 with min. CVN
toughness of 20 ft-Ib at 40 degrees F
ASTM A572 grade 50 or ASTM A588,
.
Frame and stiffener plates
both with
degrees F
Handle
Anchors (studs)
Bolts, Nuts, Washers
min. CVN toughness of 20 ft-Ib at 40
ASTM A36 steel
Section 9-06.15
ASTM F 593 or A 193, type 304 or 316
The lid stiffener plates shall bear on the frame, and be milled so that there is full
even contact, around the perimeter, between the bearing seat and lid stiffener
plates, after fabrication of the frame and lid. The bearing seat and lid perimeter
bar shall be free from burrs, dirt, and other foreign debris that would prevent solid
seating. Bolts and nuts shall be liberally coated with anti-seize compound. Bolts
shall be installed snug tight. The bearing seat and lid perimeter bar shall be
machined to allow a minimum of 75% of the bearing areas to be seated with a
tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area
percentage will be measured for each side of the lid as it bears on the frame.
9-29.2(1)C Testing Requirements
Junction boxes shall be tested by an independent materials testing facility, and a
test report issued documenting the results of the tests performed.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
000328
January 2007
III-60
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
For concrete junction boxes the independent testing lab shall meet the
requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment.
The test shall be conducted in the presence of and signed off by the Engineer or
a designated representative. The Contractor shall give the Engineer 30 days
notice prior to testing. One copy of the test report shall be furnished to the
Contracting Agency certifying that the box and cover meet or exceed the loading
requirements for a concrete junction box, and shall include the following
information:
1. Product identification.
2. Date of testing.
3. Description of testing apparatus and procedure.
4. All load deflection and failure data.
5. Weight of box and cover tested.
6. Upon completion of the required test(s) the box shall be loaded to
failure.
7. A brief description of type and location of failure.
For non-concrete junction boxes the testing facility shall be a Nationally
Recognized Testing Laboratory (witnessing is not required). One copy of the test
report shall be furnished to the Contracting Agency certifying that the box and
cover meet or exceed the loading requirements for a non-concrete junction box,
and shall include the following information:
1. Product identification.
2. Date of testing.
3. Description of testing apparatus and procedure.
4. All load deflection data.
5. Weight of box and cover tested.
Testing for Standard Duty Concrete Junction Boxes
Standard Duty Concrete Junction Boxes shall be load tested to 22,500
pounds. The test load shall be applied uniformly through a 10-inch x 10-inch
x 1-inch steel plate centered on the lid. The test load shall be applied and
released ten times, and the deflection at the test load and released state
shall be recorded for each interval. At each interval the junction box shall be
inspected for lid deformation, failure of the lid/frame welds, vertical and
horizontal displacement of the lid/frame, cracks, and concrete spalling.
Concrete junction boxes will be considered to have withstood the test if none
of the following conditions are exhibited:
1. Permanent deformation of the lid or any impairment to the function
of the lid.
2. Vertical or horizontal displacement of the lid frame.
3. Cracks wider than 0.012 inches that extend 12 inches or more.
4. Fracture or cracks passing through the entire thickness of the
concrete.
5. Spalling of the concrete.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
11I-61
000328
January 2007
1 Testing for the Standard Duty Non-Concrete Junction Boxes
2 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as e
3 defined in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the
4 contractor shall provide a Manufacture Certificate of Compliance for each
5 non-concrete junction box installed.
6
7 Testing for Heavy Duty Junction Boxes
8 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test
9 load shall be applied vertically through a 10-inch x 20-inch x 1-inch steel
10 plate centered on the lid with an orientation both on the long axis and the
11 short axis of the junction box. The test load shall be applied and released ten
12 times on each axis. The deflection at the test load and released state shall
13 be recorded for each interval. At each interval the test box shall be inspected
14 for lid deformation, failure of the lid or frame welds, vertical and horizontal
15 displacement of the lid frame, cracks, and concrete spalling. After the
16 twentieth loading interval the test shall be terminated with a 60,000 pound
17 load being applied vertically through the steel plate centered on the lid and
18 with the long edge of steel plate orientated parallel to the long axis of the
19 box.
20
21 Heavy Duty Junction Boxes will be considered to have withstood the 46,000
22 pounds test if none of the following conditions are exhibited:
23
24 1. Permanent deformation of the lid or any impairment to the function
25 of the lid.
26 2. Vertical or horizontal displacement of the lid frame. .
27 3. Cracks wider than 0.012-inches that extend 12-inches or more.
28 4. Fracture or cracks passing through the entire thickness of the
29 concrete.
30 5. Spalling of the concrete.
31
32 Heavy Duty Junction Boxes will be considered to have withstood the 60,000
33 pounds test if all of the following conditions are exhibited:
34
35 1. The lid is operational.
36 2. The lid is securely fastened.
37 3. The welds have not failed.
38 4. Permanent dishing or deformation of the lid is 1/4 inch or less.
39 5. No buckling or collapse of the box.
40
41 9-29.2 (2) Vacant
42 This section including title is revised to read:
43
44 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes
45 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed
46 as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard
47 Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the
48 same box as shown in the Standard Plans.
49
50 The Contractor' shall provide shop drawings if their manufacturing process or .
51 standard production model includes any deviation from the Standard Plan. For
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-62
000328
January 2007
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
.
.
each type of box or whenever there is a design change to the Cable Vault or Pull
box, a proof test, as defined in this specification, shall be performed once in the
presence of the Engineer.
This section is supplemented with the following new sections:
9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
Standard Duty Cable Vaults and Pull boxes shall be concrete and have a
minimum load rating of 22,500 pounds and be tested in accordance with 9-
29.2(1)C for concrete Standard Duty Junction Boxes.
Concrete for standard duty cable vaults and pull boxes shall have a minimum
compressive strength of 4000 psi. The frame shall be anchored to the vault/box
by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3
inches long, as specified in Section 9-06.15, to the frame. The wire fabric shall be
attached to the studs and frame with standard tie practices. The vault/box shall
contain ten studs located near the centerline of the frame and wall. Studs shall be
placed one anchor in each corner, one at the middle of each width and two
equally spaced on each length of the vault/box. The steel frame, lid support, and
lid shall be painted with a black paint containing rust inhibiters or painted with a
shop applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip
galvanized in accordance with ASTM A 111.
Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the
following:
Concrete
Reinforcing Steel
Lid
Frame
Section 6-02
Section 9-07
ASTM A786 diamond plate steel
ASTM A786 diamond plate steel or
ASTM A36 flat steel
ASTM A36 steel
Section 9-06.15
ASTM F593 or A 193, type 304 or 316
Lid Support & Handle
Anchors (studs)
Bolts, Nuts, Washers
9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes
Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having
a minimum compressive strength of 4000 psi, and have a minimum vertical load
rating of 46,000 pounds without permanent deformation and 60,000 pounds
without failure when tested in accordance with Section 9-29.2(1)C for Heavy Duty
Junction Boxes.
Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the
following:
Concrete
Reinforcing Steel
Cover
Ring
Anchors (studs)
Bolts, Nuts, Washers
Section 6-02
Section 9-07
Section 9-05.15(1)
Section 9-05.15(1)
Section 9-06.15
ASTM F593 or A193, type 304 or 316
CITY OF PORT ANGELES
8th Street Hndge Replacements
Project No. 02-15
1II-63
000328
January 2007
1 9-29.2(4) Cover Markings
2 The first sentence of the first paragraph is revised to read: .
3
4 Junction boxes, cable vaults, and pull boxes with metallic lids shall be
5 marked with the appropriate legend in accordance with the bead weld
6 details in the Standard Plans. Non-metallic lids shall be embossed with
7 the appropriate legend and a non-skid surface. Legends for metallic
8 lids and non-metallic lids shall be 1-inch nominal height.
9
10 The first sentence of the second paragraph is revised to read:
11
12 Junction boxes, cable vaults, and pull boxes shall be marked or
13 embossed for use in accordance with the plans and following
14 schedule:
15
16 9-29.6(2) Slip Base Hardware
17 The last sentence in the first paragraph is revised to read:
18
19 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness
20 tolerances specified in AASHTO M 293 for circular washers.
21
22 9-29.6(5) Foundation Hardware
23 The second and third paragraphs are revised to read:
24 .
25 Anchor bolts, and associated nuts and washers, for Type CClV, II, III, IV, and V
26 signal standards and luminaire poles shall conform to Section 9-06.5(4). Anchor
27 rods conforming to ASTM A 449 may be substituted, provided that the galvanized
28 ASTM A 449 anchor rods having an ultimate tensile strength above 145 ksi shall
29 be tested for embrittlement in accordance with either ASTM A 143 (if the rod
30 length is equal to or greater than five times the bolt diameter) or ASTM F 606
31 Section 7 (if the rod length is less than five times the nominal bolt diameter).
32
33 All foundation hardware shall be 100% hot-dipped galvanized in accordance with
34 AASHTO M 111 and AASHTO M 232.
35
36 SECTION 9-30, WATER DISTRIBUTION MATERIALS
37 August 7, 2006
38 9-30.6(3)A Copper Tubing
39 This section is revised to read:
40
41 Copper pipe or tubing shall be annealed, seamless, and conform to the
42 requirements of ASTM B 88, Type K rating.
43
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
III -64
000328
January 2007
.
.
.
1 SECTION 9-33, CONSTRUCTION GEOTEXTILE
2 August 7,2006
3 Section 9-33 including title is revised in its entirety to read:
4
5 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
6
7 9-33.1 Geosynthetic Material Requirements
8 The term geosynthetic shall be considered to be inclusive of geotextiles,
9 geogrids, and prefabricated drainage mats.
10
11 Geotextiles, including geotextiles attached to prefabricated drainage core to form
12 a prefabricated drainage mat, shall consist only of long chain polymeric fibers or
13 yarns formed into a stable network such that the fibers or yarns retain their
14 position relative to each other during handling, placement, and design service life.
15 At least 95 percent by weight of the material shall be polyolefins or polyesters.
16 The material shall be free from defects or tears. The geotextile shall also be free
17 of any treatment or coating which might adversely alter its hydraulic or physical
18 properties after installation.
19
20 Geogrids shall consist of a regular network of integrally connected polymer
21 tensile elements with an aperture geometry sufficient to permit mechanical
22 interlock with the surrounding backfill. The long chain polymers in the geogrid
23 tensile elements, not including coatings, shall consist of at least 95 percent by
24 mass of the material of polyolefins or polyesters. The material shall be free of
25 defects, cuts, and tears.
26
27 Prefabricated drainage core shall consist of a three dimensional polymeric
28 material with a structure that permits flow along the core laterally, and which
29 provides support to the geotextiles attached to it.
30
31 The geosynthetic shall conform to the properties as indicated in Tables 1 through
32 8 in Section 9-33.2, and additional tables as required in the Standard Plans and
33 Special Provisions for each use specified in the Plans. Specifically, the
34 geosynthetic uses included in this section and their associated tables of
35 properties are as follows:
36
Applicable
Geotextile Geosynthetic Application Property Tables
Underground Drainage, Low and Moderate Survivability, Tables 1 and 2
Classes A, 8, and C
Separation Table 3
Soil Stabilization Table 3
Permanent Erosion Control, Moderate and High Tables 4 and 5
Survivability, Classes A, 8, and C
Ditch Lining Table 4
Temporary Silt Fence Table 6
Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans
Temporary Geosynthetic Retaining Wall Tables 7 and 10
Prefabricated Drainage Mat Table 8
Table 10 will be included in the Special Provisions.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-65
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
Geogrid and geotextile reinforcement in geosynthetic retaining walls shall
conform to the properties specified in the Standard Plans for permanent walls,
and Table 10 for temporary walls.
For geosynthetic retaining walls that use geogrid reinforcement, the geotextile
material placed at the wall face to retain the backfill material as shown in the
Plans shall conform to the properties for Construction Geotextile for Underground
Drainage, Moderate Survivability, Class A.
Thread used for sewing geotextiles shall consist of high strength polypropylene,
polyester, or polyamide. Nylon threads will not be allowed. The thread used to
sew permanent erosion control geotextiles, and to sew geotextile seams in
exposed faces of temporary or permanent geosynthetic retaining walls, shall also
be resistant to ultraviolet radiation. The thread shall be of contrasting color to that
of the geotextile itself.
.
9-33.2 Geosynthetic Properties
9-33.2(1) Geotextile Properties
Table 1: Geotextile for underground drainage strength properties for
survivability.
ASTM Geotextile Property Requirements I
Test Low Moderate
Method2 Survivability Survivability
Geotextile
Property Woven Nonwoven Woven Nonwoven
Grab
Tensile
Strength, 180lb 250lb
in machine D 4632 min. 1151b min. min. 160 Ib min.
and
x-machine
direction
Grab
Failure
Strain, in
machine D 4632 <50% ~50% <50% :2. 50%
and
x-machine
direction
Seam 160lb 220lb
Breaking D 46323 min. 100 Ib min. min. 140 Ib min.
Strength
Puncture D 6241 370lb 220 Ib min. 4951b 310 Ib min.
Resistance min. min.
Tear
Strength,
in machine 671b 80lb 50 Ib min.
and x- D 4533 min. 40 Ib min. min.
machine
direction
Ultraviolet
(UV) D 4355 50% strength retained min.,
Radiation after 500 hours in a xenon arc device
Stability
.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
000328
January 2007
III-66
.
.
.
1
2
Table 2: Geotextile for underground drainage filtration properties.
3
4
5
ASTM Geotextile Property Requirements
Geotextile Test
Property Method2 Class A Class B Class C
AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 80
max. max. max.
Water Permittivity D 4491 0.5 sec'1 min. 0.4 sec.1 min. 0.3 sec'1 min.
Table 3: Geotextile for separation or soil stabilization.
6
ASTM Geotextile Property Requirements 1
Geotextile Test Separation Soil Stabilization
Property Method2 Woven Nonwoven Woven Nonwoven
AOS D 4751 U.S. No. 30 max. U.S. No. 40 max.
Water o 4491 0.02 sec'1 min. 0.10 sec.1 min.
Permittivity
Grab Tensile D 4632 250lb 160 Ib min. 3151b 200 Ib min.
Strength, min. min.
in machine and
x-machine
direction
Grab Failure D 4632 <50% ~50% <50% ~50%
Strain,
in machine and
x-machine
direction
Seam Breaking o 46323 220lb 140 Ib min. 270lb 180 Ib min.
Strength min. min.
Puncture D 6241 4951b 310 Ib min. 620lb 430 Ib min.
Resistance min. min.
Tear Strength, o 4533 80lb 50 Ib min. 1121b 79 Ib min.
in machine and min. min.
x-machine
direction
Ultraviolet (UV) o 4355 50% strength retained min.,
Radiation after 500 hours in xenon arc device
Stability
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III-67
000328
January 2007
1
2
Table 4: Geotextile for permanent erosion control and ditch lining.
.
Geotextile Property Requirements
Permanent Erosion Control Ditch Lining
Moderate High
ASTM Survivability Survivability
Geotextile Test Non- Non- Non-
Property Method2 Woven woven Woven woven Woven woven
AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max.
Water D 4491 See Table 5 See Table 5 0.02 sec-1 min.
Permittivity
Grab D 4632 250lb 160lb 3151b 200lb 250lb 160lb
Tensile min. min. min. min. min. min.
Strength,
in machine
and
x-machine
direction
Grab D 4632 15% - ~50% 15% - ~50% <50% ~50%
Failure 50% 50%
Strain,
in machine
and
x-machine
direction
Seam D 46323 220lb 140lb 270lb 180lb 220lb 140lb
Breaking min. min. min. min. min. min.
Strenath
Puncture D 6241 4951b 310lb 620lb 430lb 4951b 310lb
Resistance min. min. min. min. min. min.
Tear D 4533 80lb 50lb 1121b 791b 80lb 50lb
Strength, min. min. min. min. min. min.
in machine
and
x-machine
direction
Ultraviolet D 4355 70% strength retained min.,
(UV) after 500 hours in xenon arc device
Radiation
Stability
.
3
4
5
Table 5: Filtration properties for geotextile for permanent erosion control.
ASTM Geotextile Property Requirements 1
Geotextile Test
Property Method2 Class A Class B Class C
AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70
max. max. max.
Water D 4491 0.7 sec-1 min. 0.4 sec-1 min. 0.2 sec-1 min.
Permittivity
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
000328
January 2007
III-68
.
.
.
1
2
Table 6: Geotextile for temporary silt fence.
3
4
5
6
7
8
Geotextile Property Requirements 1
Su pported
ASTM Between Posts
Geotextile Test Unsupported with Wire or
Property Method2 Between Posts Polymeric Mesh
U.S. No. 30 max. for slit wovens, U.S. No.
AOS 04751 50 for all other geotextile types, U.S. No.
100 min.
Water Permittivitv o 4491 0.02 sec.1 min.
Grab Tensile 180 Ib min. in
Strength, machine direction,
in machine and o 4632 100 Ib min. 100 Ib min.
x-machine in x-machine
direction direction
Grab Failure
Strain, 30% max. at 180 Ib
in machine and o 4632
x-machine or more
direction
Ultraviolet (UV) o 4355 70% strength retained min.,
Radiation Stabilitv after 500 hours in xenon arc device
9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced
Slopes
Table 7: Minimum properties required for geotextile reinforcement used in
geosynthetic reinforced slopes and retaining walls.
ASTM Geotextile Property Requirements 1
Test Woven Nonwoven
Geotextile Property Method2
AOS o 4751 U.S. No. 20 max.
Water Permittivitv o 4491 0.02 sec.1 min.
Grab Tensile o 4632 200 Ib min. 120 Ib min.
Strength,
in machine and
x-machine direction
Grab Failure Strain, o 4632 <50% ~50%
in machine and
x-machine direction
Seam Breaking o 46323,4 160 Ib min. 100 Ib min.
Strenath
Puncture Resistance o 6241 370 Ib min. 220 Ib min.
Tear Strength, o 4533 63 Ib min. 50 Ib min.
in machine and
x-machine direction
Ultraviolet (UV) o 4355 70% (for polypropylene and polyethylene)
Radiation Stability and
50% (for polyester) Strength Retained
min.,
after 500 hours in a xenon arc device
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
II1-69
000328
January 2007
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
1
2
3
4
5
6
9-33.2(3) Prefabricated Drainage Mat
Prefabricated drainage mat shall have a single or double dimpled polymeric
core with a geotextile attached and shall meet the following requirements:
.
Table 8: Minimum properties required for prefabricated drainage mats.
ASTM
Test
Geotextile Property Method2 Geotextile Property Requirements 1
AOS o 4751 U.S. No. 60 max.
Water Permittivity o 4491 0.4 sec.1 min.
Grab Tensile o 4632 Nonwoven - 100 Ib min.
Strength,
in machine and
x-machine direction
Width o 5199 12 In. min.
Thickness 0.4 In. min.
Compressive Strength o 1621 100 psi min.
at Yield
In Plan Flow Rate 04716
Gradient = 0.1,
Pressure = 5.5 psi 5.0 gal./min./ft.
Gradient = 1.0,
Pressure = 14.5 psi 15.0 aal/min./ft.
lAII geotextile properties in Tables 1 through 8 are minimum average roll
values (Le., the test results for any sampled roll in a lot shall meet or
exceed the values shown in the table).
.
2The test procedures used are essentially in conformance with the most
recently approved ASTM geotextile test procedures, except for
geotextile sampling and specimen conditioning, which are in accordance
with WSDOT Test Methods T 914, Practice for Sampling of Geotextiles
for Testing, and T 915, Practice for Conditioning of Geotextiles for
Testing, respectively. Copies of these test methods are available at the
State Materials Laboratory P.O. Box 47365, Olympia, WA 98504-7365.
3With seam located in the center of a-inch long specimen oriented
parallel to grip faces.
4Applies only to seams perpendicular to the wall face.
9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
Aggregate cushion for permanent erosion control geotextile, Class A shall meet
the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion
control geotextile, Class B or C shall meet the requirements of Section 9-03.9(3)
and 9-03.9(2).
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
000328
January 2007
1II- 70
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
9-33.4 Geosynthetic Material Approval and Acceptance
9-33.4(1) Geosynthetic Material Approval
If the geosynthetic source material has not been previously evaluated, or is
not listed in the current WSDOT Qualified Products List (QPL), a sample of
each proposed geosynthetic shall be submitted to the State Materials
Laboratory in Tumwater for evaluation. Geosynthetic material approval will
be based on conformance to the applicable properties from the Tables in
Section 9-33.2 or in the Standard Plans or Special Provisions. After the
sample and required information for each geosynthetic type have arrived at
the State Materials Laboratory in Tumwater, a maximum of 14 calendar days
will be required for this testing. Source approval shall not be the basis of
acceptance of specific lots of material delivered to the Contractor unless the
roll numbers of the lot sampled can be clearly identified as the rolls tested
and approved in the geosynthetic approval process.
For geogrid and geotextile products proposed for use in permanent
geosynthetic retaining walls or reinforced slopes that are not listed in the
current QPL, the Contractor shall submit test information and the calculations
used in the determination of Tal performed in accordance with WSDOT
Standard Practice T 925, Standard Practice for Determination of Long-Term
Strength for Geosynthetic Reinforcement, to the State Materials Laboratory
in Tumwater for evaluation. The Contracting Agency will require up to 30
calendar days after receipt of the information to complete the evaluation.
The Contractor shall submit to the Engineer the following information
regarding each geosynthetic material proposed for use:
Manufacturer's name and current address,
Full product name,
Geosynthetic structure, including fiber/yarn type,
Geosynthetic polymer type(s) (for temporary and permanent
geosynthetic retaining walls),
Proposed geosynthetic use(s), and
Certified test results for minimum average roll values.
9-33.4(2) Vacant
9-33.4(3) Acceptance Samples
When the quantities of geosynthetic materials proposed for use in the
following geosynthetic applications are greater than the following amounts,
acceptance shall be by satisfactory test report:
Application Geosynthetic Quantity
Underground Drainage 600 sq. yd.
Temporary or Permanent All quantities
Geosvnthetic RetaininCl Walls
The samples for acceptance testing shall include the information about each
geosynthetic roll to be used as stated in 9-33.4(4).
CITY OF PORT ANGELES
8th Street BrIdge Replacements
ProjectNo 02-15
III-71
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27.
28
29
30
31
32
33
34
35
36
37
38
39
40
41
Samples will be randomly taken by the Engineer at the job site to confirm
that the geosynthetic meets the property values specified.
.
Approval will be based on testing of samples from each lot. A "I of' shall be
defined for the purposes of this specification as all geosynthetic rolls within
the consignment (Le., all rolls sent the project site) that were produced by the
same manufacturer during a continuous period of production at the same
manufacturing plant and have the same product name. After the samples
have arrived at the State Materials Laboratory in Tumwater, a maximum of
14 calendar days will be required for this testing.
If the results of the testing show that a geosynthetic lot, as defined, does not
meet the properties required for the specified use as indicated in Tables 1
through 8 in Section 9-33.2, and additional tables as specified in the Special
Provisions, the roll or rolls which were sampled will be rejected. Geogrids
and geotextiles for temporary geosynthetic retaining walls shall meet the
requirements of Table 7, and Table 10 in the Special Provisions. Geogrids
and geotextiles for permanent geosynthetic retaining wall shall meet the
requirements of Table 7, and Table 9 in the Special Provisions, and both
geotextile and geogrid acceptance testing shall meet the required ultimate
tensile strength T ult as provided in the current QPL for the selected
product(s). If the selected product(s) are not listed in the current QPL, the
result of the testing for Tu1t shall be greater than or equal to Tuft as determined
from the product data submitted and approved by the State Materials
Laboratory during source material approval.
.
Two additional rolls for each roll tested which failed from the lot previously
tested will then be selected at random by the Engineer for sampling and
retesting. If the retesting shows that any of the additional rolls tested do not
meet the required properties, the entire lot will be rejected. If the test results
from all the rolls retested meet the required properties, the entire lot minus
the roll(s) that failed will be accepted. All geosynthetic that has defects,
deterioration, or damage, as determined by the Engineer, will also be
rejected. All rejected geosynthetic shall be replaced at no additional expense
to the Contracting Agency.
9-33.4(4) Acceptance by Certificate of Compliance
When the quantities of geosynthetic proposed for use in each geosynthetic
application are less than or equal to the following amounts, acceptance shall
be by Manufacturer's Certificate of Compliance:
Application Geosynthetic Quantity
Underground Drainage 600 sq. yd.
Soil Stabilization and Separation All quantities
Permanent Erosion Control All quantities
Temporary Silt Fence All quantities
Prefabricated Drainage Mat All quantities
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
000328
January 2007
1lI-72
.
.
.
1 The Manufacturer's Certificate of Compliance shall include the following
2 information about each geosynthetic roll to be used:
3
4 Manufacturer's name and current address,
5 Full product name,
6 Geosynthetic structure, including fiber/yarn type,
7 Geosynthetic Polymer type (for all temporary and permanent
8 geosynthetic retaining walls only),
9 Geosynthetic roll number(s),
10 Geosynthetic lot number(s),
11 Proposed geosynthetic use(s), and
12 Certified test results.
13
14 9-33.4(5) Approval of Seams
15 If the geotextile seams are to be sewn in the field, the Contractor shall
16 provide a section of sewn seam that can be sampled by the Engineer before
17 the geotextile is installed.
18
19 The seam sewn for sampling shall be sewn using the same equipment and
20 procedures as will be used to sew the production seams. If production
21 seams will be sewn in both the machine and cross-machine directions, the
22 Contractor must provide sewn seams for sampling which are oriented in both
23 the machine and cross-machine directions. The seams sewn for sampling
24 must be at least 2 yards in length in each geotextile direction. If the seams
25 are sewn in the factory, the Engineer will obtain samples of the factory seam
26 at random from any of the rolls to be used. The seam assembly description
27 shall be submitted by the Contractor to the Engineer and will be included
28 with the seam sample obtained for testing. This description shall include the
29 seam type, stitch type, sewing thread type(s), and stitch density.
30
31 SECTION 9-34, PAVEMENT MARKING MATERIAL
32 April 3, 2006
33 9-34.2 Paint
34 This section is revised to read:
35
36 White and yellow paint shall comply with the specifications for high volatile
37 organic compound (VaC) solvent based paint, low vac solvent based paint or
38 low vac waterborne paint. Blue paint for "Access Parking Space Symbol with
39 Background" shall be chosen from a WSDaT QPL listed Manufacturer. The blue
40 color shall match Fed Standard 595, color 15090 and the tolerance of variation
41 shall match that shown in the FHWA "Highway Blue Color Tolerance Chart."
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No. 02-15
III- 73
000328
January 2007
I
if
1 9-34.3 Plastic
2 This section is revised to read: .
3
4 White and yellow plastic pavement marking materials shall comply with the
5 specifications for:
6
7 Type A - Liquid hot applied thermoplastic
8 Type B - Pre-formed fused thermoplastic
9 Type C - Cold applied pre-formed tape
10 Type D - Liquid cold applied methyl methacrylate
11
12 Blue plastic pavement marking material for "Access Parking Space Symbol with
13 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue
14 color shall match Fed Standard 595, color 15090 and the tolerance of variation
15 shall match that shown in the FHWA "Highway Blue Color Tolerance Chart."
16
17 9-34.4 Glass Beads
18 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to
19 AASHTO M 247, Type 1.
20
21 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
22 April 3, 2006
23 9-35.2 Construction Signs
24 The first paragraph is supplemented with the following: .
25
26 Post mounted Class A construction signs shall conform to the requirements of this
27 section and additionally shall conform to the requirements stated in section 9-28.
28
29 The second paragraph is revised to read:
30
31 Aluminum sheeting shall be used to fabricate all construction signs. The signs
32 shall have a minimum thickness of O.080-inches and a maximum thickness of
33 0.125-inches.
34
35 The first sentence in the fourth paragraph is revised to read:
36
37 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup
38 signs, and any other previously approved sign materials except aluminum is
39 prohibited. Any sign which otherwise meets the requirements of this section and
40 was purchased prior to July 1,2004, may be utilized until December 31,2007. If a
41 fabric sign is used, it shall have been fabricated with Type VI reflective sheeting.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project No 02-15
III-74
000328
January 2007
.
PART IV
SPECIAL PROVISIONS
AND
APPENDICES TO THE SPECIAL PROVISIONS
'.
Appendix A. Summary of Geotechnical Conditions
Appendix B. Disputes Review Board
.
.
PART IV
SPECIAL PROVISIONS AND APPENDICES
Table of Contents
PAGE
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK...................... .................. .................... ...... .......................2
1-01 DEFINITIONS AND TERMS ............................................................................2
1-01.3 Definitions........................................................................................ 2
.
1-02 BID PROCEDURES AND CONDITIONS ........................................................4
1-02.1 Qualification of Bidders ....................................................................4
1-02.4 Examination Of Plans, Specifications And Site Of Work................... 4
1-02.5 Proposal Forms............................................................................... 4
1-02.6 Preparation Of Proposal.................................................................. 5
Alternative Bids................................................................................ 5
1-02.7 Bid Deposit...................................................................................... 6
1-02.9 Delivery of Proposal......................................................................... 6
1-02.13 I rregular Proposals.......................................................................... 7
1-02.14 Disqualification of Bidders................................................................ 7
1-02.15 Pre Award Information.......................................... ........................... 8
1-03 AWARD AND EXECUTION OF CONTRACT ..................................................8
1-03.3 Execution of Contract ...................................................................... 8
1-03.4 Contract Bond.................................................................................. 9
1-04 SCOPE OF THE WORK................................................................................1 0
1-04.2 Coordination of Contract Documents, Plans,
Special Provisions, Specifications, and Addenda ........................... 10
1-04.5 Procedure and Protest by the Contractor .................... ................... 10
1-05 CONTROL OF WORK...................................................................................15
1-05.4 Conformity With And Deviations From Plans And Stakes ............... 15
Contractor Surveying - Structure.................................................... 15
Contractor Surveying - Roadway................................................... 18
1-05.7 Removal of Defective and Unauthorized Work............................... 21
1-05.11 Final Inspections and Operational Testing...................................... 22
1-05.13 Superintendents, Labor and Equipment of Contractor.................... 24
1-06 CONTROL OF MATERIAL .............. ............. ......... .......................... ............. .24
Foreign Made Materials................................................................................ 24
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project,02-15
IV-i
000328
January 2007
1-07 ~_~~.~L RCa~T;~~: ~~~~:d~.~~.~~~~~~~~~~.~.~~..~~~..~~.~~~~.::::::::::::::';; .
Lead Health Protection Program ............. .......................................26
Construction Requirements........................................................... 26
Payment........................................................................................ 26
1-07.2 State Sales Tax.............................................................................. 26
1-07.2 State Taxes.................................................................................... 28
1-07.5 Environmental Regulations............................................................ 28
1-07.5(2) State Department of Fish And Wildlife........................... 28
1-07.6 Permits And Licenses....................... ............ ................................. 28
Corps Of Engineers Permits For Construction ............................... 28
1-07.7 Load Limits.................................................................................... 28
1-07.9 Wages ....................................... ................................................. ...29
1-07.9(1) General........................................................................ 29
Application of Wage Rates for the Occupation of Landscape
Construction............................................................................. 29
1-07.11 Requirements For Nondiscrimination .......... ................................... 30
Disadvantaged Business Enterprise Condition of
Award Participation................................................................... 37
Special Training Provisions............ ................................................ 51
1-07.12 Federal Agency Inspection............................................................. 56
Required Federal Aid Provisions.................................................... 56
1-07.16 Protection And Restoration Of Property......................................... 57
1-07.16(4) Archaeological And Historical Objects .......................... 57
1-07.17 Utilities And Similar Facilities ............................................. ............ 57 .-,
1-07.23 Public Convenience and Safety..................................................... 59
1-07.23(1) Construction Under Traffic ............................................ 59
1-07.23(2) Construction and Maintenance of Detours.................... 61
1-07.24 Rights-of-Way ........................................ .......... .............................. 61
1-08 PROSECUTION AN D PROG RESS......... ..... ............... .................................. 62
Preliminary Matters....................................................................................... 62
Preconstruction Conference.......................................................... 62
Hours of Work....................... ...........:............................................. 63
1-08.1 Subcontracting..................................................... ..... .................. ... 64
1-08.4 Notice to Proceed and Prosecution of the Work............................. 64
1-08.5 Time For Completion ..................................................................... 65
1-08.7 Maintenance During Suspension ................................................... 66
1-09 MEASUREMENT AND PAYMENT ................................................................66
1-09.6 Force Account............................................................ .................... 66
1-09.9 Payments....................................................................................... 66
1-09.13(3) Claims $250,000 or Less.............................................. 67
1-09.13(3)A Administration of Arbitration ............................ 67
1-09.8 Payment For Material On Hand .....................................................67
1-09.9 Payments....................................................................................... 68
1-10 TEMPORARY TRAFFIC CONTROL .............................................................68
1-10.1 (2) Description................................................................... 68 .
1-10.2(1) Traffic Control Management ......................................... 69
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-ii
000328
January 2007
.
DIVISION 2
EARTHWORK
2-02
REMOVAL OF STRUCTURES AND OBSTRUCTIONS ................................ 70
2-02.1 Description........................... ................. ...... ........ .... ................ .... ... 70
2-02.3 Construction Requirements........................................................... 70
Creosoted Timber Removal and Disposal...................................... 70
2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage
Structu res..................................................................... 70
Bridge Demolition Plan.................................................................. 71
Use of Explosives.......................................................................... 71
2-02.4 Measurement... .............................................................................. 71
2-02.5 Payment ....................... ....... .............. ........ ......... ........................ ... 71
2-03
ROADWAY EXCAVATION AND EMBANKMENT .......................................... 71
2-03.4 Measurement................................................................................. 71
'.
STRUCTURE EXCAV ATIO N ................................ ....... .............. ~ ...................72
2-09.3 Construction Requirements........................................................... 72
2-09.3(1)C Removal of Unstable Base Material................ 72
2-09.5 Payment ... ........ ................... ......... ..................... ............ ............. ... 72
2-13 CONSTRUCTION ACCESS ROAD NEW SECTION ..................................... 73
2-13.1 Description.... ................................................. ................................ 73
2-13.2 Construction Requirements........................................................... 73
2-13.3 Measurement................................................................................. 73
2-13.4 Payment........................................................................................ 73
2-09
DIVISION 4
BASES
4-06 ASPHALT TREATED BASE ......................................................................... 74
4-06.2 Materials............ ................................................. ........................... 74
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT ......................................................................................75
5-04.3 Construction Requirements........................................................... 75
5-04.3(12) Joints............................................................................ 75
5-04.3(13) Surface Smoothness.................................................... 75
5-04.3(16) Weather Limitations...................................................... 75
.
CITY OF PORT ANGELES
8'h Street Bridge Replacements
Project 02-15
IV -ui
000328
January 2007
DIVISION 6
STRUCTURES
6-01 GENERAL REQUIREMENTS FOR STRUCTURES ...................................... 76
6-01.2 Foundation Data...................................................... ...................... 76
.
6-02 CONCRETE STRUCTURES ......................................................................... 76
6-02.2 Materials........................................................................................ 76
Resin Bonded Anchors.................................................................. 76
Fractured Fin Finish..............................................:........................ 77
Pigmented Sealer ..................... .......................... .......... ............ ..... 78
Strip Seal Expansion Joint System ................................................78
Bridge Supported Utilities.............................................................. 78
6-02.3 Construction Requirements ....................... .................................... 78
Bridge Supported Utilities.............................................................. 78
6-02.3(5) Acceptance of Concrete ............................................... 79
6-02.3(5)B Certification of Compliance............................. 79
6-02.3(5)C Conformance to Mix Design............................ 79
6-02.3(13) Expansion Joints......... ................................................. 79
Strip Seal Expansion Joint System ............................... 79
6-02.3(14) Finishing Concrete Surfaces......................................... 80
General Requirements for Concrete Surface Finishes
Produced by Form Liners........................................ 80
Fractured Fin Finish................... ................................... 81
Pigmented Sealer......................................................... 81
6-02.3(18) Placing Anchor Bolts.................. ....................... ............ 82
6-02.4 Measurement................................................................................. 83
Summary of Quantities for Superstructure and Roadway Deck...... 83
6-02.5 Payment .............................. .......................................................... 84
Bridge and Structures Minor Items................................................. 85
.
6-06 BRIDGE RAILI NGS .. ........... ............................. ............ ......... ............. ........ ..85
6-06.3 Construction Requirements........................ ................................... 85
6-06.3(2) Metal Railings............................................................... 85
6-06.4 Measurement................................................................................. 85
6-06.5 Payment ........................................ ................................................ 85
6-10 CONC RETE BARRIE R ........ ................ ........... .............. ....................... ....... ..86
6-1 0.4 Measurement.................................................................................86
6-10.5 Payment. .................................... ................................................... 86
6-19 SHAFTS New Section.. ............. .............. ............... ............. ........................ .86
6-19.1 Description.... ...................................... ........................................... 86
6-19.2 Materials........................................................................................ 86
6-19.3 Construction Requirements ...........................................................90
6-19.4 Measurement............................................................................... 108
6-19.5 Payment......... ............................................................................. 109
'.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-iv
000328
January 2007
7-04
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
STORM SEWERS ....................................................................................... 111
7 -04.1 Description.................................................................................... 111
7 -04.2 Materials................................................................................ .......111
7-04.3 Construction Requirements........................................................ ..115
7-04.4 Measurement.............................................................................. ..117
7-04.5 Payment ........ .............................................................................. .117
.
7-09
WATER MAINS ...................:.......................................................................118
7 -09.2 Materials... ...... ............................................................................ ..118
7 -09.3 Construction Requirements......................................................... .118
7 -09.5 Payment............................. ........................................................ ..118
7 -17 SANITARY SEWERS ...................................................................... ............ 118
7 -17.5 Payment......... ....... ...................................................................... .118
DIVISION 8
MISCELLANEOUS CONSTRUCTION
.
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL....................119
8-01.3 Construction Requirements ..........................................................119
8-01.3(2) Seeding, Fertilizing and Mulching ................................119
8-01.3(2)B Seeding and Fertilizing ..................................119
8-01.3(2)D Mulching ....................................................... 120
8-01.3(3) Placing Erosion Control Blanket ................................. 120
8-01.5 Payment.............. ........................................................................ 120
8-02 ROADSIDE RESTORATION .......................................................................120
8-02.1 Description................................................................................... 120
8-02.3 Construction Requirements ......................................................... 121
8-02.3(5) Planting Area Preparation........................................... 121
8-02.5 Payment .................. .................................... ................................ 121
8-13 MONUME NT CASES ..................................................................................122
8-13.1 Description....................................... ............................................ 122
8-13.2 Materials...................................................................................... 122
8-13.3 . Construction Requirements ......................................................... 122
8-13.4 Measurement............................ ......................... ................... ....... 122
8-13.5 Payment.... .................................................... .............................. 122
.
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL .........122
8-20.1 Description........... ........................................................................ 122
8-20.2 Materials........ .............................................................................. 123
Light And Signal Standards.......................................................... 123
Traffic Signal Standards............................................................... 124
8-20.2(1) Equipment List and Drawings ..................................... 129
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
N-v
000328
January 2007
8-20.3 Construction Requirements ......................................................... 130 .
Temporary Interconnect System - Marine Drive ..........................130
8-20.3(1) General...................................................................... 130
8-20.3(4) Foundations............................................................... 131
8-20.3(5) Conduit...... ..................................... ................. ........... 131
8-20.3(8) Wiring......................................................................... 132
8-20.3(11) Testing........................................................................ 133
8-20.3(14) Signal Systems.................. ........................ ................. 134
8-20.3(14)C Induction Loop Vehicle Detectors .................134
8-20.3(14)E Signal Standards .......................................... 134
8-20.5 Payment .................................. .................................................... 134
DIVISION 9
MATERIALS
9-03 AGG REGATES .......... .......... .................. ............ ......................................... 136
9-03.8 Aggregates for Hot Mix Asphalt.................................................... 136
9-03.8(2) HMA Test Requirements............................................. 136
9-29 ILLUMINATION, SIGNALS, ELECTRICAL .................................................136
9-29.3 Conductors, Cable....................... ................................................ 136
9-29.13 Traffic Signal Controllers.............................................................. 136
9-29.17 Signal Head Mounting Brackets and Fittings................................ 138
9-29.18 Vehicle Detector................. ......................................................... 139
9-29.19 Pedestrian Push Buttons ..... ........................................................ 139 .
AP PE NDICES.......... ......... ......... .................................. ............ ...............................140
STANDARD PLANS ......................... ............. .......... ...............................................141
'>
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-vi
000328
January 2007
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
CITY OF PORT ANGELES
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
This Contract incorporates the Washington State Department of Transportation's 2006
Standard Specifications for Road, Bridge, and Municipal Construction (English Units),
referred to herein as the Standard Specifications. Unless otherwise superseded as
detailed below, the Standard Specifications describe the general requirements,
description, materials, construction requirements, measurement, and payment of work
to be completed under this Contract.
The following Special Provisions are made a part of this contract and supersede any
conflicting provisions of the Standard Specifications, and the foregoing Amendments
to the Standard Specifications.
Several types of Special Provisions are included in this contract; General, Bridges and
Structures, and Project Specific. Special Provisions types are differentiated as follows:
(date)
(******)
General Special Provision
Notes a revision to a General Special Provision
and also notes a Project-Specific Special
Provision.
Bridges and Structures Special Provision
(BSP date)
General Special Provisions are similar to Standard Specifications in that they
typically apply to many projects. Usually, the only difference from one project to
another is the inclusion of variable project data, inserted as a "fill-in."
Bridges and Structures Special Provisions are similar to Standard Specifications in
that they typically apply to many projects, usually in more than one Region. Usually,
the only difference from one project to another is the inclusion of variable project data,
inserted as a "fill-in."
Project-Specific Special Provisions normally appear only in the contract for which
they were developed.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-I
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
.
(March 13, 1995)
This contract provides for the improvement of *** 8th Street in the City of Port Angeles
by replacement of an existing bridge across Tumwater Creek and an existing bridge
across Valley Creek. This work includes removal of two existing timber bridges,
construction of two new Series W83G five span prestressed concrete girder bridges,
excavation, embankment, asphalt paving, drainage, sanitary sewer, water main,
erosion control, wetland creation, landscaping, illumination, traffic signals,
channelization, traffic control, *** and other work, all in accordance with the attached
Contract Plans, these Contract Provisions, and the Standard Specifications.
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions
(May 25, 2006 APWA GSP)
Section 1-01.3 is supplemented with the following:
All references in the Standard Specifications to the terms "State", "Department of
Transportation", 'Washington State Transportation Commission", "Commission",
"Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer"
shall be revised to read "Contracting Agency".
.
All references to "State Materials Laboratory" shall be revised to read
"Contracting Agency designated location".
The venue of all causes of action arising from the advertisement, award,
execution, and performance of the contract shall be in the Superior Court of the
County where the Contracting Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the
proposal, which may, at the discretion of the Contracting Agency, be awarded in
addition to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in
the proposal, from which the Contracting Agency may make a choice between
different methods or material of construction for performing the same work.
Contract Documents
See definition for "Contract".
Contract Time The period of time established by the terms and conditions of the
contract within which the work must be physically completed.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-2
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
1.3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive bidder for the work.
Contract Execution Date
The date the Contracting Agency officially binds the agency to the contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and
unrestricted use and benefit of the facilities, both from the operational and safety
standpoint, and only minor incidental work, replacement of temporary substitute
facilities, or correction or repair remains for the physical completion of the total
contract.
Physical Completion Date
The day all of the work is physically completed on the project. All documentation
required by the contract and required by law does not necessarily need to be
furnished by the Contractor by this date.
Completion Date
The day all the work specified in the contract is completed and all the obligations
of the Contractor under the contract are fulfilled by the Contractor. All
documentation required by the contract and required by law must be furnished by
the Contractor before establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the work as complete.
Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying
the Contracting Agency's acceptance of the bid.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor
authorizing and directing the Contractor to proceed with the work and establishing
the date on which the contract time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists,
wheelchairs, and equestrian traffic.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-3
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
1-02 BID PROCEDURES AND CONDITIONS
.
1-02.1 Prequalification of Bidders
Section 1-02.1 is deleted and replaced with the following:
Qualifications of Bidders
(October 1 , 2005 APWA GSP)
Bidders shall be qualified by experience, financing, equipment, and organization
to do the work called for in the Contract Documents. The Contracting Agency
reserves the right to take whatever action it deems necessary to ascertain the
ability of the bidder to perform the work satisfactorily.
(March 13, 1995)
1-02.4 Examination of Plans, Specifications, and Site of Work
Section 1-02.4, is supplemented with the following:
The geotechnical information used for design of this project is available for review
by the bidder at the following address:
City of Port Angeles Public Works and Utilities, 321 E Fifth Street, Port
Angeles, WA 98362-0217
1-02.5 Proposal Forms
(October 1, 2005 APWA GSP)
.
Section 1-02.5 is deleted and replaced with the following:
At the request of a bidder, the Contracting Agency will provide a proposal form for
any project on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the work.
It will also list estimated quantities, units of measurement, the items of work, and
the materials to be furnished at the unit bid prices. The bidder shall complete
spaces on the proposal form that call for, but are not limited to, unit prices;
extensions; summations; the total bid amount; signatures; date; and, where
applicable, retail sales taxes and acknowledgment of addenda; the bidder's
name, address, telephone number, and signature; the bidder's D/M/WBE
commitment, if applicable; a State of Washington Contractor's Registration
Number; and a Business License Number, if applicable. Bids shall be completed
by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with
alternates and additives, if such be to the advantage of the Contracting Agency.
The bidder shall bid on all alternates and additives set forth in the proposal forms
unless otherwise specified.
.
CITY OF PORT ANGELES
8'b Street Bridge Replacements
Project 02-15
000328
January 2007
IV-4
.
.
.
1 Any correction to a bid made by interlineation, alteration, or erasure, shall be
2 initialed by the signer of the bid. The bidder shall make no stipulation on the Bid
3 Form, nor qualify the bid in any manner.
4
5 A bid by a corporation shall be executed in the corporate name, by the president
6 or a vice president (or other corporate officer accompanied by evidence of
7 authority to sign).
8
9 A bid by a partnership shall be executed in the partnership name, and signed by a
10 partner. A copy of the partnership agreement shall be submitted with the Bid Form
11 if any D/M/WBE requirements are to be satisfied through such an agreement.
12
13 A bid by a joint venture shall be executed in the joint venture name and signed by
14 a member of the joint venture. A copy of the joint venture agreement shall be
15 submitted with the Bid Form if any D/W/MBE requirements are to be satisfied
16 through such an agreement.
17
18 1-02.6 Preparation of Proposal
19
20 Section 1-02.6 is supplemented with the following:
21
22 (******)
23 Alternative Bids
24 The bidding proposal on this project requires the bidder to submit a bid on the
25 Base Bid, on Bid Alternative A, and on Bid Alternative B.
26
27 Bid Proposal
28 The bid proposal is composed of the following parts: Base Bid and Bid
29 Alternative A and Bid Alternative B.
30
31 The alternative portions of the bid proposal contain all items which change
32 as to quantity, dimension, or construction method, depending on which
33 alternative is bid.
34
35 Base Bid
36 The base bid includes constructing the rail, barrier, and illumination as
37 detailed in the Plans.
38
39 The bid items for Base Bid are listed in the bid proposal.
40
41 Alternative A
42 Alternative A is based on constructing the barrier and illumination as detailed
43 in the contract plans and as identified Alt. A.
44
45 The bid items for Alternative A are as listed in the bid proposal.
46
47 Alternative B
48 Alternative B is based on constructing the rail, barrier, and illumination as
49 detailed in the plans and identified as Alt. B.
50
51 The bid items for Alternative B are as listed in the bid proposal.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-5
000328
January 2007
1 Bidding Procedures
2 If a contract is awarded, the successful bidder will be the responsible bidder .
3 submitting the lowest bid for the preference, listed in order below, that is within
4 the amount of funds available for constructing this project.
5
6 Order of Preference
7 Preference 1: Lowest total bid for Base Bid plus Alternative A plus Alternative
8 B
9
10 Preference 2: Lowest total bid for Base Bid plus Alternative A
11
12 Preference 3: Lowest total bid for Base Bid
13
14 1-02.7 Bid Deposit
15 (October 1, 2005 APWA GSP)
16
17 Section 1-02.7 is supplemented with the following:
18
19 Bid bonds shall contain the following:
20 1. Contracting Agency-assigned number for the project;
21 2. Name of the project;
22 3. The Contracting Agency named as obligee;
23 4. The amount of the bid bond stated either as a dollar figure or as a
24 percentage which represents five percent of the maximum bid amount
25 that could be awarded;
26 5. Signature of the bidder's officer empowered to sign official statements. .
27 The signature of the person authorized to submit the bid should agree
28 with the signature on the bond, and the title of the person must
29 accompany the said signature;
30 6. The signature of the surety's officer empowered to sign the bond and
31 the power of attorney.
32
33 If so stated in the Contract Provisions, bidder must use the bond form included in
34 the Contract Provisions.
35
36 1-02.9 Delivery of Proposal
37 (October 1, 2005, APWA GSP)
38
39 The first paragraph is Section 1-02.9 is revised to read:
40
41 Each proposal shall be submitted in a sealed envelope, with the Project Name
42 and Project Number as stated in the Advertisement for Bids clearly marked on the
43 outside of the envelope, or as otherwise stated in the Bid Documents, to ensure
44 proper handling and delivery.
45
.
CITY OF PORT ANGELES
81h Street Bridge Replacements
Project 02-15
IV-6
000328
January 2007
.
.
.
1 1-02.13 Irregular Proposals
2 (October 1, 2005 APWA GSP)
3
4 Item 1 of Section 1-02.13 is revised to read:
5
6 1. A proposal will be considered irregular and will be rejected if:
7 a. The bidder is not prequalified when so required;
8 b. The authorized proposal form furnished by the Contracting Agency is
9 not used or is altered;
10 c. The completed proposal form contains any unauthorized additions,
11 -deletions, alternate bids, or conditions;
12 d. The bidder adds provisions reserving the right to reject or accept the
13 award, or enter into the contract;
14 e. A price per unit cannot be determined from the bid proposal;
15 f. The proposal form is not properly executed;
16 g. The bidder fails to submit or properly complete a subcontractor list, if
17 applicable, as required in Section 1-02.6.
18 h. The bidder fails to submit or properly complete a Disadvantaged,
19 Minority or Women's Business Enterprise Certification, if applicable, as
20 required in Section 1-02.6; or
21 i. The bid proposal does not constitute a definite and unqualified offer to
22 meet the material terms of the bid invitation.
23
24 1-02.14 Disqualification of Bidders
25 (October 1, 2005 APWA GSP)
26
27 Section 1-02.14 is revised to read:
28
29 A bidder may be deemed not responsible and the proposal rejected if:
30 1. More than one proposal is submitted for the same project from a bidder
31 under the same or different names;
32 2. Evidence of collusion exists with any other bidder or potential bidder.
33 Participants in collusion will be restricted from submitting further bids;
34 3. The bidder, in the opinion of the Contracting Agency, is not qualified for
35 the work or to the full extent of the bid, or to the extent that the bid
36 exceeds the authorized prequalification amount as may have been
37 determined by a prequalification of the bidder;
38 4. An unsatisfactory performance record exists based on past or current
39 Contracting Agency work or for work done for others, as judged from the
40 standpoint of conduct of the work; workmanship; progress; affirmative
41 action; equal employment opportunity practices; or Disadvantaged
42 Business Enterprise, Minority Business Enterprise, or Women's
43 Business Enterprise utilization;
44 5. There is uncompleted work (Contracting Agency or otherwise) which
45 might hinder or prevent the prompt completion of the work bid upon;
46 6. The bidder failed to settle bills for labor or materials on past or current
47 contracts;
48 7. The bidder has failed to cQmplete a written public contract or has been
49 convicted of a crime arising from a previous public contract;
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-7
000328
January 2007
1 8. The bidder is unable, financially or otherwise, to perform the work;
2 9. A bidder is not authorized to do business in the State of Washington (not .
3 registered in accordance with RCW 18.27);
4 10. There are any other reasons deemed proper by the Contracting Agency.
5
6 1-02.15 Pre-Award Information
7 (October 1 , 2005 APWA GSP)
8
9 Section 1-02.15 is revised to read:
10
11 Before awarding any contract, the Contracting Agency may require one or more
12 of these items or actions of the apparent lowest responsible bidder:
13 1. A complete statement of the origin, composition, and manufacture of any
14 or all materials to be used,
15 2. Samples of these materials for quality and fitness tests,
16 3. A progress schedule (in a form the Contracting Agency requires)
17 showing the order of and time required for the various phases of the
18 work,
19 4. A breakdown of costs assigned to any bid item,
20 5. Attendance at a conference with the Engineer or representatives of the
21 Engineer,
22 6. Obtain, and furnish a copy of, a business license to do business in the
23 city or county where the work is located.
24 7. A copy of State of Washington Contractor's Registration, or
25 8. Any other information or action taken that is deemed necessary to
26 ensure that the bidder is the lowest responsible bidder. .
27
28 1-03 AWARD AND EXECUTION OF CONTRACT
29 1-03.3 Execution of Contract
30 (October 1, 2005 APWA GSP)
31
32 Section 1-03.3 is revised to read:
33
34 Copies of the Contract Provisions, including the unsigned Form of Contract, will
35 be available for signature by the successful bidder on the first business day
36 following award. The number of copies to be executed by the Contractor will be
37 determined by the Contracting Agency.
38
39 Within 10 calendar days after the award date, the successful bidder shall return
40 the signed Contracting Agency-prepared contract, an insurance certification as
41 required by Section 1-07.18, and a satisfactory bond as required by law and
42 Section 1-03.4. Before execution of the contract by the Contracting Agency, the
43 successful bidder shall provide any pre-award information the Contracting Agency
44 may require under Section 1-02.15.
45
46 Until the Contracting Agency executes a contract, no proposal shall bind the
47 Contracting Agency nor shall any work begin within the project limits or within
48 Contracting Agency-furnished sites. The Contractor shall bear all risks for any
49 work begun outside such areas and for any materials ordered before the contract .
50 is executed by the Contracting Agency.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-8
000328
January 2007
.
.
.
1 If the bidder experiences circumstances beyond their control that prevents return
2 of the contract documents within the calendar days after the award date stated
3 above, the Contracting Agency may grant up to a maximum of 10 additional
4 calendar days for return of the documents, provided the Contracting Agency
5 deems the circumstances warrant it.
6
7 1-03.4 Contract Bond
8 (October 1, 2005 APWA GSP)
9
10 The first paragraph of Section 1-03.4 is revised to read:
11
12 The successful bidder shall provide an executed contract bond for the full
13 contract amount. This contract bond shall:
14 1. Be on a Contracting Agency-furnished form;
15 2. Be signed by an approved surety (or sureties) that:
16 a. Is registered with the Washington State Insurance
17 Commissioner, and
18 b. Appears on the current Authorized Insurance List in the State of
19 Washington published by the Office of the Insurance
20 Commissioner,
21 3. Be conditioned upon the faithful performance of the contract by the
22 Contractor within the prescribed time;
23 4. Guarantee that the surety shall indemnify, defend, and protect the
24 Contracting Agency against any claim of direct or indirect loss resulting
25 from the failure:
26 a. Of the Contractor (or any of the employees, subcontractors, or
27 lower tier subcontractors of the Contractor) to faithfully perform
28 the contract, or
29 b. Of the Contractor (or the subcontractors or lower tier
30 subcontractors of the Contractor) to pay all laborers,
31 mechanics, subcontractors, lower tier subcontractors,
32 materialperson, or any other person who provides supplies or
33 provisions for carrying out the work;
34 5. Be accompanied by a power of attorney for the Surety's officer
35 empowered to sign the bond; and
36 6. Be signed by an officer of the Contractor empowered to sign official
37 statements (sole proprietor or partner). If the Contractor is a corporation,
38 the bond must be signed by the president or vice-president, unless
39 accompanied by written proof of the authority of the individual signing
40 the bond to bind the corporation (Le., corporate resolution, power of
41 attorney, or a letter to such effect by the president or vice-president).
42
CITY OF PORT ANGELES
81b Street Bndge Replacements
Project 02-15
IV-9
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
1-04 SCOPE OF THE WORK
.
1-04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
(October 1 , 2005 APWA GSP)
The second paragraph of Section 1-04.2 is revised to read:
Any inconsistency in the parts of the contract shall be resolved by following this
order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions, including APWA General Special Provisions, if they
are included,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. WSDOT/APWA Standard Specifications for Road, Bridge, and Municipal
Construction,
7. Contracting Agency's Standard Plans (if any), and
8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal
Construction.
(April 4, 2005)
1-04.5 Procedure and Protest by the Contractor
Section 1-04.5 is deleted in its entirety and replaced with the following:
.
The Contractor accepts all requirements of a change order by: (1) endorsing it,
(2) writing a separate acceptance, or (3) not protesting in the way this section
provides. A change order that is not protested as provided in this section shall be
full payment and final settlement of all claims for contract time and for all costs of
any kind, including costs of delays, related to any work either covered or affected
by the change. By not protesting as this section provides, the Contractor also
waives any additional entitlement and accepts from the Engineer any written or
oral order (including directions, instructions, interpretations, and determinations).
If in disagreement with anything required in a change order, another written order,
or an oral order from the Engineer, including any direction, instruction,
interpretation, or determination by the Engineer, the Contractor shall:
1. Immediately give a signed written notice of protest to the Project
Engineer or the Project Engineer's field inspectors before doing the
work;
2. Supplement the written protest within 30 calendar days with a written
statement and supporting documents providing the following:
a. The date and nature of the protested order, direction,
instruction, interpretation, or determination;
b. A full discussion of the circumstances which caused the
protest, including names of persons involved, time, duration
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-IO
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
and nature of the work involved, and a review of the plans and
provisions referenced to support the protest;
c. The estimated dollar cost, if any, of the protested work and a
detailed breakdown showing how that estimate was
determined; and
d. An analysis of the progress schedule showing the schedule
change or disruption if the Contractor is asserting a schedule
change or disruption; and
e. If the protest is continuing, the information required above shall
be supplemented monthly until the protest is resolved.
Throughout any protested work, the Contractor shall keep complete records of
extra costs and time incurred. The Contractor shall permit the Engineer access to
these and any other records related to the protested work as determined by the
Engineer.
The Engineer will evaluate all protests provided the procedures in this section are
followed. If the Engineer determines that a protest is valid, the Engineer will
adjust payment for work or time by an equitable adjustment in accordance with
Section 1-09.4. Extensions of time will be evaluated in accordance with
Section 1-08.8. No adjustment will be made for an invalid protest.
If the Engineer determines that the protest is invalid, that determination, with an
explanation, shall be provided in writing to the Contractor. The determination will
be provided within seven calendar days after receipt of the Contractor's
supplemental written statement described in item 2 above.
If the Contractor does not accept the Engineer's determination, either party may
refer the dispute to a Disputes Review Board. If the parties mutually agree, the
protest may be defaulted to Section 1-09.11 (2), Claims, bypassing the Disputes
Review Board process.
In spite of any protest, the Contractor shall proceed promptly with the work as the
Engineer orders.
By failing to follow the procedures of this section, the Contractor completely
waives any claims for protested work.
Disputes Review Board
In order to assist in the resolution of disputes arising out of the work of this
project, the contract provides for the establishment of a Disputes Review Board,
hereinafter called the "Board." The Board is created as part of. the disputes
resolution process to be utilized when normal Contracting Agency-Contractor
dispute resolution is unsuccessful and prior to the filing of a Section 1-09.11 (2)
claim.
The Board will consider disputes referred to it and furnish recommendations to
the Contracting Agency and Contractor to assist in the resolution of the
differences between them. The purpose of the Board response to such issues is
to provide nonbinding findings and recommendations designed to expose the
disputing parties to an independent view of the dispute.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-II
000328
January 2007
1 The Board members will be especially knowledgeable in the type of construction
2 involved in the Project and shall discharge their responsibilities impartially and .
3 independently considering the facts and conditions related to the matters under
4 consideration and the provisions of the Contract.
5
6 The Board shall consist of one member selected by the Contracting Agency and
7 one member selected by the Contractor, with these two members to select the
8 third member. The first two members shall be mutually acceptable to both the
9 Contracting Agency and the Contractor. If one or both of the two members
10 selected are not acceptable to the Contracting Agency or Contractor, another
11 selection shall be made.
12
13 The Contracting Agency and Contractor shall each select their member and
14 negotiate an agreement, separate and apart from this contract, with their
15 respective Board member within the first 60 calendar days after execution of the
16 contract. The agreements with these two Board members shall contain language
17 imposing the "Scope of Work" and "Suggested Administrative Procedures"
18 included in the Appendix to the Special Provisions. These negotiated agreements
19 shall also include clauses that require the respective selected members to
20 immediately pursue selection of a third member. The goal is to obtain a third
21 Board member who will complement the first two by furnishing a needed
22 expertise, which will facilitate the Board's operations. The Contracting Agency has
23 entered into "standby" agreements with a number of potential third members. The
24 qualifications of these potential members have been reviewed and deemed
25 acceptable by both the State of Washington Department of Transportation and the
26 Associated General Contractors of Washington. The names of these potential .
27 members will be provided to the first two members for consideration. If a selection
28 can be made from the standby list, then the Board may be immediately seated
29 with the execution of a task order under the corresponding standby agreement.
30 Should the first two members decide to select a third member not on the list of
31 standby candidates, then the selected person will be accepted to the Board after
32 he or she executes a standby agreement (Third Party Member Disputes Review
33 Board Consultant Agreement). The acceptable format for this agreement and all
34 accompanying exhibits may be downloaded from the Internet
35 www.wsdot.wa.gov/Consulting <http://www.wsdot.wa.gov/Consulting> or may be
36 obtained from the Project Engineer. The fee for the third member shall be
37 negotiated with the first two members and shall be included in a task order,
38 issued by the Project Engineer after the third member standby agreement is fully
39 executed.
40
41 In the event of an impasse in selection of the third member, either the Contracting
42 Agency or the Contractor or both may appeal to the Thurston County Superior
43 Court for selection of a third member by the court from a list or lists submitted to
44 the court by the Contracting Agency and/or the Contractor. An impasse shall be
45 considered to have been reached if the two members appointed by the
46 Contracting Agency and the Contractor to the Board have been unable to appoint
47 the third member in a period of 60 calendar days after the approval of the last of
48 such two members.
49
50 In case a member of the Board needs to be replaced, the replacement member .
51 will be appointed in the same manner as the replaced member was appointed.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-12
000328
January 2007
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
The appointment of a replacement Board member will begin promptly upon
determination of the need for replacement and shall be completed within
30 calendar days.
SeNice of a Board member may be terminated at any time with not less than
30 calendar days notice as follows:
1 . The Contracting Agency may terminate seNice of the Contracting
Agency appointed member.
2. The Contractor may terminate seNice of the Contractor appointed
member.
3. The third member's seNices may be terminated by agreement of the
other two members.
4. By resignation of the member.
Termination of a member will be followed by appointment of a substitute as
specified above.
No member shall have a financial interest in the contract, except for payments for
services on the Board. The Contracting Agency-selected member and the
Contractor-selected member shall not have been employed by the party who
selected them within a period of one year; except that, seNice as a member of
other Disputes Review Boards on other contracts will not preclude a member
from seNing on the Board for this contract.
Compensation for the Board members, and the expenses of operation of the
Board, shall be shared by the Contracting Agency and Contractor in accordance
with the following:
1. The Contracting Agency will compensate directly the wages and travel
expense for its selected member.
2. The Contractor shall compensate directly the wages and travel expense
for its selected member.
3. The Contracting Agency and Contractor shall share equally in the third
member's wages and travel expense, and all of the operating expenses
of the Board. These equally shared expenses shall be billed to and paid
by the Contracting Agency. The Gontractor's share will be deducted from
monies due or coming due the Contractor.
4. The Contracting Agency, through the Engineer, will provide
administrative seNices, such as conference facilities and secretarial
seNices, to the Board and the Contracting Agency will bear the costs for
this seNice.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
1V-13
000328
January 2007
1 Disputes Review Board Procedures
2 The Board, the Contracting Agency, and the Contractor shall develop by .
3 agreement the Board's rules of operation and procedures to be followed for the
4 Project. The Agreement shall include the frequency of the Board's visits to the
5 Project and its interactions with the Contracting Agency and the Contractor to
6 keep abreast of the construction development and potential disputes.
7
8 In developing the Agreement, the parties shall take into consideration their
9 respective duties and responsibilities set forth in the "Scope of Work" section of
10 their agreements, the form of which is included in the Appendix of the Special
11 Provisions.
12
13 The parties may also consider the "Suggested Administrative Procedures" for the
14 Board's operation included in their agreements, the form of which is included in
15 the Appendix of the Special Provisions. These Procedures express, in general
16 terms, the policy for the creation and operation of the Board and are intended to
17 supplement the Special Provisions to the extent that no conflict with such
18 provisions is created.
19
20 Disputes, as used in this section, will refer only to protests properly submitted in
21 accordance with Section 1-04.5. If the Engineer has determined the protest to be
22 invalid and either the Contractor or the Contracting Agency has elected to refer
23 the matter to the Board, then the Board shall consider the issue and provide
24 recommendations concerning:
25
26 1. The interpretation of the Contract .
27
28 2. Entitlement to additional compensation or time for performance
29
30 3. The amount of additional compensation or time for performance
31 following a recommendation of entitlement by the Board provided that;
32 (1) the parties were not able to reach a resolution as to the amount of
33 the equitable adjustment or time; (2) the Engineer has made a unilateral
34 determination of the amount of compensation for time; and (3) the
35 Contractor has protested the Engineer's unilateral determination.
36
37 4. Other subjects mutually agreed by the Contracting Agency and
38 Contractor to be a Board issue.
39
40 Procedure for Consideration of Disputes
41
42 1. Once a protest has been denied as described in Section 1-04.5, the
43 Board members will be contacted and advised of the existence of the
44 dispute. A hearing will be scheduled to be conducted at the next regular
45 project visit or at such other time, as agreed to by the parties.
46
47 2. The Contractor and the Contracting Agency shall each be afforded an
48 opportunity to be heard by the Board and to offer evidence. Either party
49 furnishing any written evidence or documentation to the Board must
50 furnish copies of such information to the other party a minimum of .
51 15 calendar days prior to the date the Board sets to convene the hearing
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-14
000328
January 2007
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
.
.
for the dispute. Either party shall produce such additional evidence as
the Board may deem necessary to an understanding and determination
of the dispute and furnish copies to the other party.
3. After the hearing is 'concluded, the Board shall meet in private and reach
a conclusion supported by two or more members. Its findings and
recommendations, together with its reasons shall then be submitted as a
written report to both parties. The recommendations shall be based on
the pertinent contract provisions and facts and circumstances involved
in the dispute. The Contract shall be interpreted and construed in
accordance with the laws of the State of Washington. The Board shall
make every effort to reach a unanimous decision. If this proves
impossible, the dissenting member may prepare a minority report.
4. Within 30 calendar days of receiving the Board recommendations, both
the Contracting Agency and the Contractor shall respond to the other in
writing signifying that the dispute is either resolved or remains
unresolved. Although both parties should place weight upon the Board
recommendations, the recommendations are not binding.
In the event the Board's recommendations do not lead to resolution of the
dispute, all Board records and written recommendations, including any minority
reports, will be admissible as evidence in any subsequent litigation.
Submittal of a dispute to the Board will be a condition precedent to the filing for
litigation in a court of law unless the Contracting Agency and the Contractor have
agreed to default the dispute to Section 1-09.11 (2) Claims. If the Board's
assistance does not lead to resolution of the dispute, causing the Contractor to
file a Section 1-09.11 (2) Claim, or if the parties default the dispute to that section,
full compliance by the Contractor with the provisions of that section is a
contractual condition precedent to the Contractor's right to seek judicial relief.
Disputes, claims, counterclaims and other matters in question between the
Contracting Agency and the Contractor that are not resolved will be decided in
the Superior Court of Thurston County, Washington, which shall have exclusive
jurisdiction and venue over all matters in question between the Contracting
Agency and the Contractor.
The Contract shall be interpreted and construed in accordance with the laws of
the State of Washington.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviations From Plans and Stakes
Section 1-05.4 is supplemented with the following:
(December 6, 2004)
Contractor Surveying - Structure
Copies of the Contracting Agency provided primary survey control data are
available for the bidder's inspection at the office of the Project Engineer.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-I5
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
The Contractor shall be responsible for setting, maintaining, and resetting all .
alignment stakes, slope stakes, and grades necessary for the construction of
bridges, noise walls, and retaining walls. Except for the survey control data to be
furnished by the Contracting Agency, calculations, surveying, and measuring
required for setting and maintaining the necessary lines and grades shall be the
Contractor's responsibility.
Detailed survey records shall be maintained, including a description of the work
performed on each shift, the methods utilized, and the control points used. The
record shall be adequate to allow the survey to be reproduced. A copy of each
day's record shall be provided to the Engineer within three working days after the
end of the shift.
The meaning of words and terms used in this provision shall be as listed in
"Definitions of Surveying and Associated Terms" current edition, published by the
American Congress on Surveying and Mapping and the American Society of Civil
Engineers.
The survey work by the Contractor shall include but not be limited to the
following:
1. Verify the primary horizontal and vertical control furnished by the
Contracting Agency, and expand into secondary control by adding
stakes and hubs as well as additional survey control needed for the
project. Provide descriptions of secondary control to the Contracting
Agency. The description shall include coordinates and elevations of all .
secondary control points.
2. Establish, by placing hubs and/or marked stakes, the location with
offsets of foundation shafts and piles.
3. Establish offsets to footing centerline of bearing for structure excavation.
4. Establish offsets to footing centerline of bearing for footing forms.
5. Establish wing wall, retaining wall, and noise wall horizontal alignment.
6. Establish retaining wall top of wall profile grade.
7. Establish elevation benchmarks for all substructure formwork.
8. Check elevations at top of footing concrete line inside footing formwork
immediately prior to concrete placement.
9. Check column location and pier centerline of bearing at top of footing
immediately prior to concrete placement.
10. Establish location and plumbness of column forms, and monitor column
plumbness during concrete placement.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02- 15
000328
January 2007
IV-16
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
11. Establish pier cap and crossbeam top and bottom elevations and
centerline of bearing.
12. Check pier cap and crossbeam top and bottom elevations and
centerline of bearing prior to and during concrete placement.
13. Establish grout pad locations and elevations.
14. Establish structure bearing locations and elevations, including locations
of anchor bolt assemblies.
15. Establish box girder bottom slab grades and locations.
16. Establish girder and/or web wall profiles and locations.
17. Establish diaphragm locations and centerline of bearing.
18. Establish roadway slab grades and provide dimensions from top of
girder to top of roadway slab. Set elevations for deck paving machine
rails.
19. Establish traffic barrier and curb profile and alignment on roadway slab.
20. Profile all girders prior to the placement of any dead load or construction
live load that may affect the girder's profile.
The Contractor shall provide the Contracting Agency copies of any calculations
and staking data when requested by the Engineer.
To facilitate the establishment of these lines and elevations, the Contracting
Agency will provide the Contractor with the following primary survey and control
information:
1 . Descriptions of two primary control points used for the horizontal and
vertical control. Primary control points will be described by reference to
the project alignment and the coordinate system and elevation datum
utilized by the project. In addition, the Contracting Agency will supply
horizontal coordinates for the beginning and ending points and for each
Point of Intersection (PI) on each alignment included in the project.
2. Horizontal coordinates for the centerline of each bridge pier.
3. Computed elevations at top of bridge roadway decks at one-tenth points
along centerline of each girder web. All form grades and other working
grades shall be calculated by the Contractor.
The Contractor shall give the Contracting Agency three weeks notification to allow
adequate time to provide the data outlined in Items 2 and 3 above. The
Contractor shall ensure a surveying accuracy within the following tolerances:
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02- 15
IV-17
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
-14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Vertical
Horizontal
:to.02 feet
:to.02 feet
.
1. Stationing on structures
2. Alignment on structures
3. Superstructure elevations
:1:0.01 feet
variation from
plan elevation
:1:0.02 feet
variation from
Plan grades.
The Contracting Agency may spot-check the Contractor's surveying. These spot-
checks will not change the requirements for normal checking by the Contractor.
4. Substructure
When staking the following items, the Contractor shall perform independent
checks from different secondary control to ensure that the points staked for these
items are within the specified survey accuracy tolerances:
Piles
Shafts
Footings
columns
The Contractor shall calculate coordinates for the points associated with piles,
shafts, footings, and columns. The Contracting Agency will verify these
coordinates prior to issuing approval to the Contractor for commencing with the
survey work. The Contracting Agency will require up to seven calendar days from
the date the data is received to issuing approval.
.
Contract work to be performed using contractor-provided stakes shall not begin
until the stakes are approved by the Contracting Agency. Such approval shall not
relieve the Contractor of responsibility for the accuracy of the stakes.
Payment
Payment will be made in accordance with Section 1-04.1 for the following bid item
when included in the proposal:
"Structure Surveying", lump sum.
The lump sum contract price for "Structure Surveying" shall be full pay for all
labor, equipment, materials, and supervision utilized to perform the work
specified, including any resurveying, checking, correction of errors, replacement
of missing or damaged stakes, and coordination efforts.
(December 4, 2006)
Contractor Surveying - Roadway
Copies of the Contracting Agency provided primary survey control data are
available for the bidder's inspection at the office of the Project Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all
alignment stakes, slope stakes, and grades necessary for the construction of the
roadbed, drainage, surfacing, paving, channelization and pavement marking,
illumination and signals, guardrails and barriers, and signing. Except for the
survey control data to be furnished by the Contracting Agency, calculations,
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
PrOject 02-15
000328
January 2007
IV-IS
. 1 surveying, and measuring required for setting and maintaining the necessary
2 lines and grades shall be the Contractor's responsibility.
3
4 Detailed survey records shall be maintained, including a description of the work
5 performed on each shift, the methods utilized, and the control points used. The
6 record shall be adequate to allow the survey to be reproduced. A copy of each
7 day's record shall be provided to the Engineer within three working days after the
8 end of the shift.
9
10 The meaning of words and terms used in this provision shall be as listed in
11 "Definitions of Surveying and Associated Terms" current edition, published by the
12 American Congress on Surveying and Mapping and the American Society of Civil
13 Engineers.
14
15 The survey work shall include but not be limited to the following:
16
17 1. Verify the primary horizontal and vertical control furnished by the
18 Contracting Agency, and expand into secondary control by adding
19 stakes and hubs as well as additional survey control needed for the
20 project. Provide descriptions of secondary control to the Contracting
21 Agency. The description shall include coordinates and elevations of all
22 secondary control points.
23
24 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or
25 marks on centerline or on offsets to centerline at all curve points (PCs,
. 26 PTs, and Pis) and at points on the alignments spaced no further than
27 50 feet.
28
29 3. Establish clearing limits, placing stakes at all angle points and at
30 intermediate points not more than 50 feet apart. The clearing and
31 grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond
32 the top of a cut unless otherwise shown in the Plans.
33
34 4. Establish grading limits, placing slope stakes at centerline increments
35 not more than 50 feet apart. Establish offset reference to all slope
36 stakes.
37
38 5. Establish the horizontal and vertical location of all drainage features,
39 placing offset stakes to all drainage structures and to pipes at a
40 horizontal interval not greater than 25 feet.
41
42 6. Establish roadbed and surfacing elevations by placing stakes at the top
43 of subgrade and at the top of each course of surfacing. Subgrade and
44 surfacing stakes shall be set at horizontal intervals not greater than
45 50 feet in tangent sections, 25 feet in curve sections with a radius less
46 than 300 feet, and at 10-foot intervals in intersection radii with a radius
47 less than 10 feet. Transversely, stakes shall be placed at all locations
48 where the roadway slope changes and at additional points such that the
49 transverse spacing of stakes is not more than 12 feet.
. 50
CITY OF PORT ANGELES
81h Street Bndge Replacements
Project 02- I 5
IV-19
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
7. Establish intermediate elevation benchmarks as needed to check work
throughout the project.
.
8. Provide references for paving pins at 25-foot intervals or provide
simultaneous surveying to establish location and elevation of paving
pins as they are being placed.
9. For all other types of construction included in this provision, (including
but not limited to channelization and pavement marking, illumination and
signals, guardrails and barriers, and signing) provide staking and layout
as nece,ssary to adequately locate, construct, and check the specific
construction activity.
The Contractor shall provide the Contracting Agency copies of any calculations
and staking data when requested by the Engineer.
To facilitate the establishment of these lines, and elevations, the Contracting
Agency will provide the Contractor with primary survey control information
consisting of descriptions of two primary control points used for the horizontal and
vertical control, and descriptions of two additional primary control points for every
additional three miles of project length. Primary control points will be described by
reference to the project alignment and the coordinate system and elevation
datum utilized by the project. In addition, the Contracting Agency will supply
horizontal coordinates for the beginning and ending points and for each Point of
Intersection (PI) on each alignment included in the project.
.
The Contractor'shall ensure a surveying accuracy within the following tolerances:
Slope stakes
Subgrade grade stakes set
0.04 feet below grade
Vertical
:to. 1 0 feet
Horizontal
:to. 1 0 feet
:to.01 feet
:to.5 feet
(parallel to alignment)
:to.1 feet
(normal to alignment)
Stationing on roadway
Alignment on roadway
Surfacing grade stakes
N/A
N/A
:to.01 feet
:to. 1 feet
:to.04 feet
:to.5 feet
(parallel to alignment)
:to.1 feet
(normal to alignment)
Roadway paving pins for
surfacing or paving
:to.01 feet
:to.2 feet
(parallel to alignment)
:to.1 feet
(normal to alignment)
.
CITY OF PORT ANGELES
8'h Street Bridge Replacements
Project 02-15
000328
January 2007
IV-20
.
.
.
1 The Contracting Agency may spot-check the Contractor's surveying. These spot-
2 checks will not change the requirements for normal checking by the Contractor.
3
4 When staking roadway alignment and stationing, the Contractor shall perform
5 independent checks from different secondary control to ensure that the points
6 staked are within the specified survey accuracy tolerances.
7
8 The Contractor shall calculate coordinates for the alignment. The Contracting
9 Agency will verify these coordinates prior to issuing approval to the Contractor for
10 commencing with the work. The Contracting Agency will require up to seven
11 calendar days from the date the data is received.
12
13 Contract work to be performed using contractor-provided stakes shall not begin
14 until the stakes are approved by the Contracting Agency. Such approval shall not
15 relieve the Contractor of responsibility for the accuracy of the stakes.
16
17 Stakes shall be marked in accordance with Standard Plan H-14. When stakes are
18 needed that are not described in the Plans, then those stakes shall be marked, at
19 no additional cost to the Contracting Agency as ordered by the Engineer.
20
21 Payment
22 Payment will be made in accordance with Section 1-04.1 for the following bid item
23 when included in the proposal:
24
25 "Roadway Surveying", lump sum.
26
27 The lump sum contract price for "Roadway Surveying" shall be full pay for all
28 labor, equipment, materials, and supervision utilized to perform the work
29 specified, including any resurveying, checking, correction of errors, replacement
30 of missing or damaged stakes, and coordination efforts.
31
32 1-05.7 Removal of Defective and Unauthorized Work
33 (October 1 , 2005 APWA GSP)
34
35 Section 1-05.7 is supplemented with the following:
36
37 If the Contractor fails to remedy defective or unauthorized work within the time
38 specified in a written notice from the Engineer, or fails to perform any part of the
39 work required by the Contract Documents, the Engineer may correct and remedy
40 such work as may be identified in the written notice, with Contracting Agency
41 forces or by such other means as the Contracting Agency may deem necessary.
42
43 If the Contractor fails to comply with a written order to remedy what the Engineer
44 determines to be an emergency situation, the Engineer may have the defective
45 and unauthorized work corrected immediately, have the rejected work removed
46 and replaced, or have work the Contractor refuses to perform completed by using
47 Contracting Agency or other forces. An emergency situation is any situation
48 when, in the opinion of the Engineer, a delay in its remedy could be potentially
49 unsafe, or might cause serious risk of loss or damage to the public.
50
CITY OF PORT ANGELES
8lh Street Bndge Replacements
Project 02-15
N-21
000328
January 2007
1 Direct or indirect costs incurred by the Contracting Agency attributable to
2 correcting and remedying defective or unauthorized work, or work the Contractor .
3 failed or refused to perform, shall be paid by the Contractor. Payment will be
4 deducted by the Engineer from monies due, or to become due, the Contractor.
5 Such direct and indirect costs shall include in particular, but without limitation,
6 compensation for additional professional services required, and costs for repair
7 and replacement of work of others destroyed or damaged by correction, removal,
8 or replacement of the Contractor's unauthorized work.
9
10 No adjustment in contract time or compensation will be allowed because of the
11 delay in the performance of the work attributable to the exercise of the
12 Contracting Agency's rights provided by this Section.
13
14 The rights exercised under the provisions of this section shall not diminish the
15 Contracting Agency's right to pursue any other avenue for additional remedy or
16 damages with respect to the Contractor's failure to perform the work as required.
17
18 1-05.11 Finallnspection
19
20 Section 1-05.11 is deleted and replaced with the following:
21
22 1-05.11 Final Inspections and Operational Testing
23 (October 1 , 2005 APWA GSP)
24
25 Substantial Completion Date
26 When the Contractor considers the work to be substantially complete, the .
27 Contractor shall so notify the Engineer and request the Engineer establish the
28 Substantial Completion Date. The Contractor's request shall list the specific items
29 of work that remain to be completed in order to reach physical completion. The
30 Engineer will schedule an inspection of the work with the Contractor to determine
31 the status of completion. The Engineer may also establish the Substantial
32 Completion Date unilaterally.
33
34 If, after this inspection, the Engineer concurs with the Contractor that the work is
35 substantially complete and ready for its intended use, the Engineer, by written
36 notice to the Contractor, will set the Substantial Completion Date. If, after this
37 inspection the Engineer does not consider the work substantially complete and
38 ready for its intended use, the Engineer will, by written notice, so notify the
39 Contractor giving the reasons therefor.
40
41 Upon receipt of written notice concurring in or denying substantial completion,
42 whichever is applicable, the Contractor shall pursue vigorously, diligently and
43 without unauthorized interruption, the work necessary to reach Substantial and
44 Physical Completion. The Contractor shall provide the Engineer with a revised
45 schedule indicating when the Contractor expects to reach substantial and
46 physical completion of the work.
47
48 The above process shall be repeated until the Engineer establishes the
49 Substantial Completion Date and the Contractor considers the work physically .
50 complete and ready for final inspection.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-22
000328
January 2007
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
.14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to
schedule a final inspection. The Engineer will set a date for final inspection. The
Engineer and the Contractor will then make a final inspection and the Engineer
will notify the Contractor in writing of all particulars in which the final inspection
reveals the work incomplete or unacceptable. The Contractor shall immediately
take such corrective measures as are necessary to remedy the listed
deficiencies. Corrective work shall be pursued vigorously, diligently, and without
interruption until physical completion of the listed deficiencies. This process will
continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt
of the written notice listing the deficiencies, the Engineer may, upon written notice
to the Contractor, take whatever steps are necessary to correct those deficiencies
pursuant to Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a
delay in the performance of the work attributable to the exercise of the Engineer's
right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered
physically complete. That date shall constitute the Physical Completion Date of
the contract, but shall not imply acceptance of the work or that all the obligations
of the Contractor under the contract have been fulfilled.
Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date
a complete and operable system. Therefore when the work involves the
installation of machinery or other mechanical equipment; street lighting, electrical
distribution or signal systems; irrigation systems; buildings; or other similar work it
may be desirable for the Engineer to have the Contractor operate and test the
work for a period of time after final inspection but prior to the physical completion
date. Whenever items of work are listed in the Contract Provisions for operational
testing they shall be fully tested under operating conditions for the time period
specified to ensure their acceptability prior to the Physical Completion Date.
During and following the test period, the Contractor shall correct any items of
workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices
and equipment to be tested during this period shall be tested under the
observation of the Engineer, so that the Engineer may determine their suitability
for the purpose for which they were installed. The Physical Completion Date
cannot be established until testing and corrections have been completed to the
satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract
prices related to the system being tested, unless specifically set forth otherwise in
the proposal.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
N-23
000328
January 2007
1 Operational and test periods, when required by the Engineer, shall not affect a
2 manufacturer's guaranties or warranties furnished under the terms of the
3 contract.
4
5 1-05.13 Superintendents, Labor, and Equipment of Contractor
6 (May 25, 2006 APWA GSP)
7
8 The seventh paragraph of Section 1-05.13 is revised to read:
9
10 Whenever the Contracting Agency evaluates the Contractor's qualifications
11 pursuant to Section 1-02.1, it will take these performance reports into account.
12
13 Section 1-05 is supplemented with the following:
14
15 Water and Power
16 (October 1 , 2005 APWA GSP)
17
18 The Contractor shall make necessary arrangements, and shall bear the costs for
19 power and water necessary for the performance of the work, unless the contract
20 includes power and water as a pay item.
21
22 Oral Agreements
23 (October 1, 2005 AWPA GSP)
24
25 No oral agreement or conversation with any officer, agent, or employee of the
26 Contracting Agency, either before or after execution of the contract, shall affect or
27 modify any of the terms or obligations contained in any of the documents
28 comprising the contract. Such oral agreement or conversation shall be
29 considered as unofficial information and in no way binding upon the Contracting
30 Agency, unless subsequently put in writing and signed by the Contracting Agency.
31
32 1-06 CONTROL OF MATERIAL
33 Section 1-06 is supplemented with the following:
34
35 Foreign-Made Materials
36
37 (March 13, 1995)
38 The major quantities of steel and iron construction material that is permanently
39 incorporated into the project shall consist of American-made materials only.
40
41 The Contractor may utilize minor amounts of foreign steel and iron in this project
42 provided the cost of the foreign material used does not exceed one-tenth of one
43 percent of the total contract cost or $2,500.00, whichever is greater.
44
45 American-made material is defined as material having all manufacturing
46 processes occur in the United States. The action of applying a coating to steel or
47 iron is deemed a manufacturing process. Coating includes epoxy coating,
48 galvanizing, aluminizing, painting, and any other coating that protects or
49 enhances the value of steel or iron. Any process from the original reduction from
CITY OF PORT ANGELES
8th Street Bridge Replacements
PrOject 02-15
000328
January 2007
lV-24
.
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A.3
44
45
46
47
48
49
50
51
.
.
ore to the finished product constitutes a manufacturing process for iron. The
following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen.
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or
containing, steel or iron construction materials prior to such items being
incorporated into the permanent work. The certification shall be on DOT Form
350-109 provided by the Engineer, or such other form the Contractor chooses,
provided it contains the same information as DOT Form 350-109.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1 , 2005 APWA GSP)
Section 1-07.1 is supplemented with the following:
In cases of conflict between different safety regulations, the more stringent
regulation shall apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the
provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place
at the project site, all articles necessary for providing first aid to the injured. The
Contractor shall establish, publish, and make known to all employees, procedures
for ensuring immediate removal to a hospital, or doctor's care, persons, including
employees, who may have been injured on the project site. Employees should
not be permitted to work on the project site before the Contractor has established
and made known procedures for removal of injured persons to a hospital or a
doctor's care.
CITY OF PORT ANGELES
8th S1reet Bndge Replacements
Project 02-15
IV-25
000328
January 2007
1 The Contractor shall have sole responsibility for the safety, efficiency, and
2 adequacy of the Contractor's plant, appliances, and methods, and for any
3 damage or injury resulting from their failure, or improper maintenance, use, or
4 operation. The Contractor shall be solely and completely responsible for the
5 conditions of the project site, including safety for all persons and property in the
6 performance of the work. This requirement shall apply continuously, and not be
7 limited to normal working hours. The required or implied duty of the Engineer to
8 conduct construction review of the Contractor's performance does not, and shall
9 not, be intended to include review and adequacy of the Contractor's safety
10 measures in, on, or near the project site.
11
12 (January 5, 2004)
13 Lead Health Protection Program
14 Structural and non-structural materials located at the project site *** of the
15 existing 8th Street Bridges over Tumwater Creek and Valley Creek (pedestrian
16 bridge rail components) *** contain lead-based products. The Contractor shall be
17 fully responsible for the safety and health of all on-site workers and compliant
18 with Washington Administrative Code (WAC 296-155-176). The Contractors Lead
19 Health Protection Program shall be sent to the Contracting Agency at least
20 2 weeks prior to the Contractor beginning work involving exposure to lead
21 contamination. The Contractor shall communicate with the Project Engineer to
22 ensure a coordinated effort for providing and maintaining a safe worksite for both
23 the Contracting Agency's and Contractor's workers.
24
25 Construction Requirements
26 The Contractor. shall be responsible for the containment measures required to
27 provide and maintain a safe and healthful jobsite for the duration of the project in
28 accordance with all applicable laws and this Special Provision.
29
30 Payment
31 All costs to comply with this Special Provision for the Lead Health Protection laws
32 and regulations are the responsibility of the Contractor and shall be included in
33 related items of work.
34
35 1-07.2 State Taxes
36
37 Section 1-07.2 is deleted in its entirety, including subsections, and replaced with the
38 following:
39
40 1-07.2 State Sales Tax
41 (October 1 , 2005 APWA GSP)
42
43 General
44 The Washington State Department of Revenue has issued special rules on the
45 State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those
46 rules. The Contractor should contact the Washington State Department of
47 Revenue for answers to questions in this area. The Contracting Agency will not
48 adjust its payment if the Contractor bases a bid on a misunderstood tax liability.
49
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
IV-26
.
.
.
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
The Contractor shall include all Contractor-paid taxes in the unit bid prices or
other contract amounts. In some cases, however, state retail sales tax will not be
included. Section 1-07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor
has obtained from the Washington State Department of Revenue a certificate
showing that all contract-related taxes have been paid (RCW 60.28.050). The
Contracting Agency may deduct from its payments to the Contractor any amount
the Contractor may owe the Washington State Department of Revenue, whether
the amount owed relates to this contract or not. Any amount so deducted will be
paid into the proper State fund.
State Sales Tax - Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such
cases, the Contractor shall include Washington State Retail Sales Taxes in the
various unit bid item prices, or other contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the work.
State Sales Tax - Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the
Contracting Agency, retail sales tax on the full contract price. The Contracting
Agency will automatically add this sales tax to each payment to the Contractor.
For this reason, the Contractor shall not include the retail sales tax in the unit bid
item prices, or in any other contract amount subject to Rule 170, with the
following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools,
machinery, equipment, or consumable supplies not integrated into the project.
Such sales taxes shall be included in the unit bid item prices or in any other
contract amount.
CITY OF PORT ANGELES
81b Street Bridge Replacements
Project 02- 15
N-27
000328
January 2007
1 Services
2 The Contractor shall not collect retail sales tax from the Contracting Agency on .
3 any contract wholly for professional or other services (as defined in Washington
4 State Department of Revenue Rules 138 and 244).
5
6 1-07.2 State Taxes
7 Section 1-07.2 is supplemented with the following:
8
9 (March 13, 1995)
10 The work on this contract is to be performed upon lands whose ownership
11 obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1)
12 apply.
13
14 1-07.5 Environmental Regulations
15
16 1-07.5(2) State Department of Fish And Wildlife
17 Section 1-07.5(2) is supplemented with the following:
18
19 (******)
20 The Contracting Agency has obtained a Hydraulic Project Approval (HPA) for
21 this project. All contacts with the Department of Fish And Wildlife concerning
22 this approval shall be through the Engineer. The provisions of the approval
23 are listed in Attachment F.
24
25 This Hydraulic Project Approval pertains to contract work within the project
26 limits as described in the original contract. This Hydraulic Project Approval is .
27 not a permit for work in material sources, staging areas, or disposal sites not
28 provided in the contract.
29
30 1-07.6 Permits And Licenses
31 Section 1-07.6 is supplemented with the following:
32
33 (March 13, 1995)
34 Corps Of Engineers Permits For Construction
35 The Contracting Agency has obtained a Corps of Engineers permit for this project
36 (Permit Number *** 200501213 ***). All contacts with the Corps of Engineers
37 concerning this permit shall be through the Engineer. A copy of the permit is
38 available at the Engineer's Office. The Contractor shall, at no expense to the
39 Contracting Agency, comply with all requirements of the Corps of Engineers in the
40 construction of this project and shall secure additional permits as are necessary.
41
42 1-07.7 Load Limits
43 Section 1-07.7 is supplemented with the following:
44
45 (March 13, 1995)
46 Except for the load limit restrictions specified in Section 1-07.7(2), and as outlined
47 below, the Contractor may operate vehicles which exceed the legal gross weight
48 limitations without special permits or payment of additional fees provided such
49 vehicles are employed in the construction and within the limits of this project. .
50
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-28
000328
January 2007
.
.
.
1 Subparagraph 1 of the second paragraph of Section 1-07.7(1) is deleted.
2
3 The Contractor shall not operate vehicles which exceed the maximum gross
4 weight provided by law within the following areas of this project:
5
6 *** US 101, SR 117, and all City of Port Angeles Streets ***
7
8 (March 13, 1995)
9 If the sources of materials provided by the Contractor necessitates hauling over
10 roads other than State Highways, the Contractor shall, at the Contractor's
11 expense, make all arrangements for the use of the haul routes.
12
13 1-07.9 Wages
14
15 1-07.9(1)General
16 Section 1-07.9(1) is supplemented with the following:
17
18 (October 6, 2003)
19 The Federal wage rates incorporated in this contract have been established by
20 the Secretary of Labor under United States Department of Labor General
21 Decision No. WA030001.
22
23 (August 7, 2006)
24 Application of Wage Rates For The Occupation Of Landscape Construction
25 State prevailing wage rates for public works contracts are included in this contract
26 and show a separate listing for the occupation:
27
28 Landscape Construction, which includes several different occupation
29 descriptions such as: Irrigation and Landscape Plumbers, Irrigation and
30 Landscape Power Equipment Operators, and Landscaping or Planting
31 Laborers.
32
33 In addition. Federal wage rates that are included in this contract may also
34 include occupation descriptions in Federal Occupational groups for work also
35 specifically identified with landscaping such as:
36
37 Laborers with the occupation description, Landscaping or Planting, or
38
39 Power Equipment Operators with the occupation description, Mulch
40 Seeding Operator.
41
42 If Federal wage rates include one or more rates specified as applicable to
43 landscaping work, then Federal wage rates for all occupation descriptions,
44 specific or general, must be considered and compared with corresponding
45 State wage rates. The higher wage rate, either State or Federal, becomes the
46 minimum wage rate for the work performed in that occupation.
47
48 Contractors are responsible for determining the appropriate crafts necessary to
49 perform the contract work. If a classification considered necessary for
50 performance of the work is missing from the Federal Wage Determination
51 applicable to the contract, the Contractor shall initiate a request for approval of
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-29
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
a proposed wage and benefit rate. The Contractor shall prepare and submit
Standard Form 1444, Request for Authorization of Additional Classification and
Wage Rate, and submit the completed form to the project engineer's office.
The presence of a classification wage on the Washington State Prevailing
Wage Rates For Public Works Contracts does not exempt the use of form
1444 for the purpose of determining a federal classification wage rate.
.
1-07.11 Requirements For Nondiscrimination
Section 1-07.11 is supplemented with the following:
(March 6, 2000)
Requirement For Affirmative Action to Ensure Equal Employment Opportunity
(Executive Order 11246)
1. The Contractor's attention is called to the Equal Opportunity Clause and the
Standard Federal Equal Employment Opportunity Construction Contract
Specifications set forth herein.
2. The goals and timetables for minority and female participation set by the
Office of Federal Contract Compliance Programs, expressed in percentage
terms for the Contractor's aggregate work force in each construction craft
and in each trade on all construction work in the covered area, are as
follows:
Women - Statewide
.
TImetable
Goal
Until further notice 6.9%
Minorities - by Standard Metropolitan Statistical Area (SMSA)
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
WA Spokane.
Non-SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield;
WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman.
Richland, WA
SMSA Counties:
Richland Kennewick, WA
WA Benton; WA Franklin.
Non-SMSA Counties
WA Walla Walla.
5.4
3.6
.
CITY OF PORT ANGELES
8'h Street Bridge Replacements
Project 02-15
000328
January 2007
IV-3D
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Yakima, WA:
SMSA Counties:
Yakima, WA
WA Yakima.
Non-SMSA Counties
WA Chelan; WA
Okanogan.
9.7
7.2
Douglas; WA Grant; WA Kittitas; WA
Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
WA Pierce.
Non-SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA
Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA
Skagit; WA Thurston; WA Whatcom.
Portland, OR:
SMSA Counties:
Portland, OR-WA
WA Clark.
Non-SMSA Counties
WA Cowlitz; WA Klickitat;
Wahkiakum.
4.5
3.8
WA Skamania; WA
These goals are applicable to each nonexempt Contractor's total on-site
construction workforce, regardless of whether or not part of that workforce is
performing work on a Federal, or federally assisted project, contract, or
subcontract until further notice. Compliance with these goals and time tables
is enforced by the Office of Federal Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in
41 CFR Part 60-4 shall be based on its implementation of the Equal
Opportunity Clause, specific affirmative action obligations required by the
specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals.
The hours of minority and female employment and training must be
substantially uniform throughout the length of the contract, in each
construction craft and in each trade, and the Contractor shall make a good
faith effort to employ minorities and women evenly on each of its projects.
The transfer of minority or female employees or trainees from Contractor to
Contractor or from project to project for the sole purpose of meeting the
Contractor's goal shall be a violation of the contract, the Executive Order and
the regulations in 41 CFR Part 60-4. Compliance with the goals will be
measured against the total work hours performed.
3.
The Contractor shall provide written notification to the Engineer within
10 working days of award of any construction subcontract in excess of
$10,000 or more that are Federally funded, at any tier for construction work
under the contract resulting from this solicitation. The notification shall list the
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-31
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
name, address, and telephone number of the subcontractor; employer
identification number of the subcontractor; estimated dollar amount of the
subcontract; estimated starting and completion dates of the subcontract; and
the geographical area in which the contract is to be performed.
.
4. As used in this Notice, and in the contract resulting from this solicitation, the
Covered Area is as designated herein.
Standard Federal Equal Employment Opportunity Construction Contract
Specifications (Executive Order 11246)
1. As used in these specifications:
a. Covered Area means the geographical area described in the
solicitation from which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance
Programs, United States Department of Labor, or any person to
whom the Director delegates authority;
c. Employer Identification Number means the Federal Social Security
number used on the Employer's Quarterly Federal Tax Return,
U.S. Treasury Department Form 941 ;
d. Minority includes:
.
(1) Black, a person having origins in any of the Black Racial
Groups of Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed
person of Mexican, Puerto Rican, Cuban, Central
American, South American, or other Spanish origin.
(3) Asian or Pacific Islander, a person having origins in any of
the original peoples of the Pacific rim or the Pacific
Islands, the Hawaiian Islands and Samoa.
(4) American Indian or Alaskan Native, a person having
origins in any of the original peoples of North America, and
who maintain cultural identification through tribal affiliation
or community recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a
portion of the work involving any construction trade, it shall physically include
in each subcontract in excess of $10,000 the provisions of these
specifications and the Notice which contains the applicable goals for minority
and female participation and which is set forth in the solicitations from which
this contract resulted.
3. If the' Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown
Plan approved by the U.S. Department of Labor in the covered area either
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-32
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
'.
.
individually or through an association, its affirmative action obligations on all
work in the Plan area (including goals and timetables) shall be in accordance
with that Plan for those trades which have unions participating in the Plan.
Contractors must be able to demonstrate their participation in and
compliance with the provisions of any such Hometown Plan. Each Contractor
or Subcontractor participating in an approved Plan is individuaHy required to
comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has
employees. The overall good faith performance by other Contractors or
Subcontractors toward a goal in an approved Plan does not excuse any
covered Contractor's or Subcontractor's failure to take good faith effort to
achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards
provided in paragraphs 7a through 7p of this Special Provision. The goals set
forth in the solicitation from which this contract resulted are expressed as
percentages of the total hours of employment and training of minority and
female utilization the Contractor should reasonably be able to achieve in
each construction trade in which it has employees in the covered area.
Covered construction contractors performing construction work in
geographical areas where they do not have a Federal or federally assisted
construction contract shall apply the minority and female goals established
for the geographical area where the work is being performed. The Contractor
is expected to make substantially uniform progress in meeting its goals in
each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure
by a union with whom the Contractor has a collective bargaining agreement,
to refer either minorities or women shall excuse the Contractor's obligations
under these specifications, Executive Order 11246, or the regulations
promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be
counted in meeting the goals, such apprentices and trainees must be
employed by the Contractor during the training period, and the Contractor
must have made a commitment to employ the apprentices and trainees at
the completion of their training, subject to the availability of employment
opportunities. Trainees must be trained pursuant to training programs
approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal
employment opportunity. The evaluation of the Contractor's compliance with
these specifications shall be based upon its effort to achieve maximum
results from its action. The Contractor shall document these efforts fully, and
shall implement affirmative action steps at least as extensive as the
following:
a. Ensure and maintain a working environment free of harassment,
intimidation, and coercion at all sites, and in all facilities at which
the Contractor's employees are assigned to work. The Contractor,
where possible, will assign two or more women to each
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-33
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
construction project. The Contractor shall specifically ensure that all
foremen, superintendents, and other on-site supervisory personnel
are aware of and carry out the Contractor's obligation to maintain
such a working environment, with specific attention to minority or
female individuals working at such sites or in such facilities.
.
b. Establish and maintain a current list of minority and female
recruitment sources, provide written notification to minority and
female recruitment sources and to community organizations when
the Contractor or its unions have employment opportunities
available, and maintain a record of the organizations' responses.
c. Maintain a current file of the names, addresses and telephone
numbers of each minority and female off-the-street applicant and
minority or female referral from a union, a recruitment source or
community organization and of what action was taken with respect
to each such individual. If such individual was sent to the union
hiring hall for referral and was not referred back to the Contractor
by the union or, if referred, not employed by the Contractor, this
shall be documented in the file with the reason therefor, along with
whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the
union or unions with which the Contractor has a collective
bargaining agreement has not referred to the Contractor a minority
person or woman sent by the Contractor, or when the Contractor
has other information that the union referral process has impeded
the Contractor's efforts to meet its obligations.
.'
e. Develop on-the-job training opportunity and/or participate in training
programs for the area which expressly include minorities and
women, including upgrading programs and apprenticeship and
trainee programs relevant to the Contractor's employment needs,
especially those programs funded or approved by the U.S.
Department of Labor. The Contractor shall provide notice of these
programs to the sources compiled under 7b above.
1. Disseminate the Contractor's EEO policy by providing notice of the
policy to unions and training programs and requesting their
cooperation in assisting the Contractor in meeting its EEO
obligations; by including it in any policy manual ,and collective
bargaining agreement; by publicizing it in the company newspaper,
annual report, etc.; by specific review of the policy with all
management personnel and with all minority and female employees
at least once a year; and by posting the company EEO policy on
bulletin boards accessible to all employees at each location where
construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative
action obligations under these specifications with all employees
having any responsibility for hiring, assignment, layoff, termination
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-34
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
or other employment decisions including specific review of these
items with on-site supervisory personnel such as Superintendents,
General Foremen, etc., prior to the initiation of construction work at
any job site. A written record shall be made and maintained
identifying the time and place of these meetings, persons attending,
subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in
any advertising in the news media, specifically including minority
and female news media, and providing written notification to and
discussing the Contractor's EEO policy with other Contractors and
Subcontractors with whom the Contractor does or anticipates doing
business.
i. Direct its recruitment efforts, both oral and written to minority,
female, and community organizations, to schools with minority and
female students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and
employment needs. Not later than one month prior to the date for
the acceptance of applications for apprenticeship or other training
by any recruitment source, the Contractor shall send written
notification to organizations such as the above, describing the
openings, screening procedures, and tests to be used in the
selection process.
j. Encourage present minority and female employees to recruit other
minority persons and women and where reasonable, provide after
school, summer, and vacation ~mployment to minority and female
youth both on the site and in other areas of a Contractor's work
force.
k. Validate all tests and other selection requirements where there is an
obligation to do so under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation of all
minority and female personnel for promotional opportunities and
encourage these employees to seek or to prepare for, through
appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work
assignments and other personnel practices, do not have a
discriminatory effect by continually monitoring all personnel and
employment related activities to ensure that the EEO policy and the
Contractor's obligations under these specifications are being carried
out.
n. Ensure that all facilities and company activities are nonsegregated
except that separate or single-user toilet and necessary changing
facilities shall be provided to assure privacy between the sexes.
CITY OF PORT ANGELES
81lt Street Bridge Replacements
Project 02-15
IV-35
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
o. Document and maintain a record of all solicitations of offers for
subcontracts from minority and female construction contractors and
suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
.
p. Conduct a review, at least annually, of all supervisors' adherence to
and performance under the Contractor's EEO policies and
affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations which
assist in fulfilling one or more of their affirmative action obligations (7a
through 7p). The efforts of a contractor association, joint contractor-union,
contractor-community, or other similar group of which the Contractor is a
member and participant, may be asserted as fulfilling anyone or more of the
obligations under 7a through 7p of this Special Provision provided that the
Contractor actively participates in the group, makes every effort to assure
that the group has a positive impact on the employment of minorities and
women in the industry, ensure that the concrete benefits of the program are
reflected in the Contractor's minority and female work-force participation,
makes a good faith effort to meet its individual goals and timetables, and can
provide access to documentation which demonstrate the effectiveness of
actions taken on behalf of the Contractor. The obligation to comply, however,
is the Contractor's and failure of such a group to fulfill an obligation shall not
be a defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal
employment opportunity and to take affirmative action for all minority groups,
both male and female, and all women, both minority and non-minority.
Consequently, the Contractor may be in violation of the Executive Order if a
particular group is employed in substantially disparate manner (for example,
even though the Contractor has achieved its goals for women generally, the
Contractor may be in violation of the Executive Order if a specific minority
group of women is underutilized).
.
10. The Contractor shall not use the goals and timetables or affirmative action
standards to discriminate against any person because of race, color, religion,
sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm
debarred from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of
these specifications and of the Equal Opportunity Clause, including
suspensions, terminations and cancellations of existing subcontracts as may.
be imposed or ordered pursuant to Executive Order 11246, as amended, and
its implementing regulations by the Office of Federal Contract Compliance
Programs. Any Contractor who fails to carry out such sanctions and penalties
shall be in violation of these specifications and Executive Order 11246, as
amended.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
N-36
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
13. The Contractor, in fulfilling its obligations under these specifications, shall
implement specific affirmative action steps, at least as extensive as those
standards prescribed in paragraph 7 of this Special Provision, so as to
achieve maximum results from its efforts to ensure equal employment
opportunity. If the Contractor fails to comply with the requirements of the
Executive Order, the implementing regulations, or these specifications, the
Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all
employment related activity to ensure that the company EEO policy is being
carried out, to submit reports relating to the provisions hereof as may be
required by the government and to keep records. Records shall at least
include, for each employee, their name, address, telephone numbers,
construction trade, union affiliation if any, employee identification number
when assigned, social security number, race, sex, status (e.g., mechanic,
. apprentice, trainee, helper, or laborer), dates of changes in status, hours
worked per week in the indicated trade, rate of pay, and locations at which
the work was performed. Records shall be maintained in an easily
understandable and retrievable form; however, to the degree that existing
records satisfy this requirement, the Contractors will not be required to
maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the
application of other laws which establish different standards of compliance or
upon the application of requirements for the hiring of local or other area
residents (e.g., those under the Public Works Employment Act of 1977 and
the Community Development Block Grant Program).
(Apri/3,2006)
Disadvantaged Business Enterprise Condition of Award Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26
apply to this contract. This goal is considered a condition of award.
DBE Goals
The Contracting Agency has established a goal in the amount of:
*** 60/0 ***
DBE Eligibility
Selection of DBEs
DBEs proposed by the bidder'shall be listed as DBEs on the current list
of firms certified by the Office of Minority and Women's Business
Enterprises (OMWBE.) In absence of being listed, the Contractor may
provide written proof from OMWBE documenting that their proposed
DBEs are currently certified. A list of firms certified by OMWBE is
available from that office and on line through their website
(www.omwbe.wa.gov/directory/directory.htm) or by telephone at
(360) 704-1181. It shall be the responsibility of the bidder to confirm with
OMWBE that the certification of any proposed DBE firm is current and
that the firm is certified in the North American Industry Classification
System (NAICS) code for the work being proposed. In establishing the
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-37
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
certification status of any subcontractor or supplier, the bidder may rely .
upon the website list or upon any written commitments from OMWBE
provided that information is obtained no earlier than 24 hours prior to the
time set for bid submittals.
Proposed firms not meeting the specified requirements at the time fixed
for the opening of bids will not be credited by the Contracting Agency for
the purpose of meeting the goals. The amounts committed to a non-
certified firm will not be counted in the evaluation of the bidder's DBE
submittal.
In the event that a DBE firm listed is certified at the time of the
submission of the bid, but the listed DBE firm is subsequently
determined to be ineligible prior to execution of the contract, then the
contract execution will proceed and the Contractor will be required to
substitute a certified DBE firm for the same amount or to make a good
faith effort to do so.
Counting DBE Participation Toward Meeting the Goal and Substitution
Requirements
When a DBE firm participates in a contract, only the value of the work
actually performed by the DBE will be counted towards the DBE goal.
1. Count the entire amount of the portion of the contract that is
performed by the DBE's own forces. Include the cost of supplies
and materials obtained by the DBE for the work of the contract, .
including supplies purchased or equipment leased by the DBE
(except supplies and equipment the DBE Subcontractor purchases
or leases from the Prime Contractor or its affiliates, unless the
Prime Contractor is also a DBE). Work performed by a DBE,
utilizing resources of the Prime Contractor or its affiliates will not be
counted toward DBE goals. In very rare situations, a DBE firm may
utilize equipment and/or personnel from a non-DBE firm other than
the Prime Contractor or its affiliates. Should this situation arise, the
arrangement must be short-term and must have prior written
approval from the Contracting Agency. The arrangement must not
erode a DBE firm's ability to perform a Commercially Useful
Function (See discussion of CUF, below).
2. Count the entire amount of fees or commissions charged by a DBE
firm for providing a bona fide service, such as professional,
technical, consultant, or managerial services, or for providing bonds
or insurance.
3. When a DBE subcontracts part of the work of its contract to another
firm, the value of the subcontracted work may be counted toward
the DBE goal only if the DBE's lower tier Subcontractor is also a
DBE. Work that a DBE subcontracts to a non-DBE firm does not
count toward the DBE goal. The DBE firm may further subcontract
to lower tier DBE subcontractors to the extent specified by .
Section 1-08.1.
CITY OF PORT ANGELES
81h Street Bridge Replacements
Project 02-15
000328
January 2007
IV-38
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
4. When a non-DBE subcontractor further subcontracts to a lower-tier
subcontractor or supplier who is a certified DBE, then that portion of
the work further subcontracted may be counted toward the DBE
goal, so long as it is a distinct clearly defined portion of the work of
the subcontract that the DBE is performing in a commercially useful
function with its own forces.
5. Continue to count the work subcontracted to a decertified DBE firm
after decertification, provided the prime contractor had a subcontract
in force before the decertification and the prime contractor's actions
did not influence the DBE's decertification.
DBE Prime Contractor
A DBE prime Contractor may only count the work performed with its own
forces and the work performed by DBE Subcontractors and DBE suppliers.
In the event that the DBE Prime contractor becomes decertified during the
contract, for reasons other than graduation from the program, the portion of
the work performed after the decertification will not count toward the goal. If
this work is part of the Condition of Award the prime will be required to meet
the Condition of award and may do so by increasing the dollars and work to
another DBE firm in an amount equal to that which can not be counted,
utilize the dollars committed/paid to a non-COA DBE who is already on the
project, or make a good faith effort to do so. If the reason for decertification is
for graduation, the work of the decertified DBE prime contractor may
continue to be counted toward the goal.
Joint Venture
When a DBE performs as a participant in a joint venture, only that portion of
the total dollar value of the contract equal to the distinct, clearly defined
portion of the work that the DBE performs with its own forces will count
toward COA DBE goal In the event that the DBE Joint Venture contractor
becomes decertified during the contract, for reasons other than graduation
from the program, the portion of the work performed after the decertification
will. not count toward the DBE goal. If this work is part of the Condition of
Award the Joint Venture will be required to meet the Condition of award and
may do so by increasing the dollars and work to another DBE firm in an
amount equal to that which can not be counted, utilize the dollars
committed/paid to a non-COA DBE who is already on the project, or make a
good faith effort to do so. If the reason for decertification is for graduation the
work of the decertified DBE Joint Venture contractor may continue to be
counted toward the goal.
Changes in the Quantity of Work
Owner initiated Change Orders
In the event the Contracting Agency reduces quantities or deletes work
items that impact a DBE's work and insufficient work remains on the
contract, the Contracting Agency may relieve the prime contractor from
attainment of that portion of the goal.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV -39
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Original Quantity Underruns
In the event that work committed to a DBE firm as part of the COA, .
under runs the original planned quantities and that work is completed
according to the contract, the contractor shall not be required to
substitute work for the portion of the COA not achieved.
Contractor-Initiated Proposals-General
1. Reductions or Deletions
Any reduction or deletion of Condition of Award DBE work that is
proposed by the Contractor under this provision shall not be
permitted without the express prior written consent of the
Contracting Agency, including concurrence by WSDOT/OEO, which
shall have the discretion to deny approval.
The Contractor must notify and obtain written approval from the
contracting agency prior to replacing a DBE or making any change
in the participation. Approval for replacement will be granted only if
it is demonstrated that the DBE is unable or unwilling to perform.
The Contractor must make every good faith effort to find another
certified DBE subcontractor to substitute for the original DBE. The
good faith efforts shall be directed at finding another DBE to
perform at least the same amount of work under the contract as the
original DBE, to the extent needed to meet the contract goal.
Any deviation from the DBE condition-of-award letter or contract
specifications must be approved by Change Order issued by the .
Contracting Agency. The Contractor shall notify affected DBEs in
writing of any changes in the scope of work which result in a
reduction in the dollar amount of condition-of-award to the contract.
In addition to the above requirements for reductions in the Condition
of Award, additional requirements apply to the two cases of
Contractor-Initiated work substitution proposals. Where the contract
allows alternate work methods which serve to delete or create
underruns in condition of award DBE work, and the Contractor
selects that alternate method or, where the Contractor proposes a
substitute work method or material that serves to diminish or delete
work committed to a DBE and replace it with other work, then the
Contractor must demonstrate one of the following:
a. That the replacement work will be performed by the same
DBE (as long as the DBE is certified in the respective item
of work) in a modification of the Condition of Award
agreement; or
b. That the DBE is aware that its work will be deleted or will
experience underruns and has agreed in writing to the
change. If this occurs, the Contractor shall substitute other
work of equivalent value to a certified DBE or provide
documentation of good faith efforts to do so; or .
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV -40
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
c. That the DBE is not capable of performing the
replacement work or has declined to perform the work at a
reasonably competitive price. If this occurs, the Contractor
shall substitute other work of equivalent value to a certified
DBE or provide documentation of good faith efforts to do
so.
2. Additions
As stated above, any change in the condition of award will be
evidenced by a change order. Where the revision includes work
committed to a new DBE subcontractor, not previously involved in
the project, then a Request to Sublet shall be submitted in
accordance with Section 1-08.1 .
If the commitment of work is in the form of additional tasks assigned to
an existing subcontractor, then a new Request to Sublet shall not be
required. However, the Contractor must document efforts to assure that
the existing DBE subcontractor is capable of performing the additional
work and has agreed (in writing) to the change.
Commercially Useful Function
Payments to a DBE firm will count toward DBE goals only if the DBE is
performing a commercially useful function on the contract.
1 . A DBE performs a commercially useful function when it is
responsible for execution of the work of the contract and is carrying
out its responsibilities by actually performing, managing, and
supervising the work involved. To perform a commercially useful
function, the DBE must also be responsible, with respect to
materials and supplies used on the contract, for negotiating price,
determining quality and quantity, ordering the material, installing (if
applicable) and paying for the material itself. Two party checks are
not allowed.
2. A DBE does not perform a commercially useful function if its role is
limited to that of an extra participant in a transaction, contract, or
project through which funds are passed in order to obtain the
appearance of DBE participation.
Trucking
Use the following factors in determining whether a DBE trucking company is
performing a commercially useful function:
1 . The DBE must be responsible for the management and supervision
of the entire trucking operation for which it is listed on a particular
contract.
2. The DBE must itself own and, with its own workforce, operate at
least one fully licensed, insured, and operational truck used on the
contract.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-41
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
3. The DBE receives credit only for the total value of the transportation
services it provides on the contract using trucks it owns or leases,
licenses, insures, and operates with drivers it employs.
.
4. For purposes of this paragraph a lease must indicate that the DBE
has exclusive use of and control over the truck. This does not
preclude the leased truck from working for others during the term of
the lease with the consent of the DBE, so long as the lease gives
the DBE absolute priority for use of the leased truck. Leased trucks
must display the name and identification number of the DBE.
5. The DBE may lease trucks from another DBE firm and may enter
an agreement with an owner-operator who is certified as a DBE.
The DBE who leases trucks from another DBE or employs a DBE
owner-operator receives credit for the total value of the
transportation services the lessee DBE provides on the contract.
6. The DBE may also lease trucks from a non-DBE firm and may enter
an agreement with an owner-operator who is a non-DBE. The DBE
who leases trucks from a non-DBE or employs a non-DBE owner-
operator is entitled to credit only for the fee or commission it
receives as a result of the lease arrangement. The DBE does not
receive credit for the total value of the transportation services
provided by the lessee, since these services are not provided by a
DBE.
.
7. In any lease or owner-operator situation, as described in
paragraphs 5 & 6 above, the following rules shall apply:
. A written lease/rental agreement on all trucks leased or
rented, showing the true ownership and the terms of the
rental must be submitted and approved by the Contracting
Agency prior to the beginning of the work. The agreement
must show the lessor's name, trucks to be leased, and
agreed upon amount or method of payment (hour, ton, or
per load). All lease agreements shall be for a long-term
relationship, rather than for the individual project. Does not
apply to owner-operator arrangements.
. Only the vehicle, (not the operator) is leased or rented.
Does not apply to owner-operator arrangements.
8. In order for DBE project goals to be credited, DBE trucking firms
must be covered by a subcontract or a written agreement approved
by the Contracting Agency prior to performing their portion of the
work.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-42
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
Expenditures paid to other DBEs
Expenditures paid to other DBEs for materials or supplies may be counted
toward DBE goals as provided in the following:
Manufacturer
1 . Counting
If the materials or supplies are obtained from a DBE manufacturer,
count 100 percent of the cost of the materials or supplies toward
DBE goals.
2. Definition
To be a manufacturer, the firm operates or maintains a factory or
establishment that produces, on the premises, the materials,
supplies, articles, or equipment required under the contract and of
the general character described by the specifications.
3. In order to receive credit as a DBE manufacturer, the firm must
have received an "on-site" review and been approved by WSDOT-
OEO to operate as a DBE Manufacturing firm prior to bid opening
on any USDOT federally-assisted contract. Use of a DBE
manufacturer that has not received an on-site review and approval
by WSDOT-OEO prior to bid opening will result in the bid being
declared non-responsive To schedule a review, the manufacturing
firm must submit a written request to WSDOT/OEO and may not
receive credit towards DBE participation until the completion of the
review. Once a firm's manufacturing process has been approved in
writing, it is not necessary to resubmit the firm for approval unless
the manufacturing process has substantially changed. Information
on approved manufacturers (per contract) may be obtained from
WSDOT-OEO.
Regular Dealer
1 . Counting .
If the materials or supplies are purchased from a DBE regular
dealer, 60 percent of the cost of the materials or supplies will count
toward DBE goals.
2. Definition
a) To be a regular dealer, the firm must own, operate, or maintain
a store, warehouse, or other establishment in which the
materials, supplies, articles or equipment of the general
character described by the specifications and required under
the contract are bought, kept in stock, and regularly sold or
leased to the public in the usual course of business. It must
also be an established, regular business that engages, as its
principal business and under its own name, in the purchase
and sale or lease of the products in question.
b) A person may be a regular dealer in such bulk items as
petroleum products, steel, cement, gravel, stone, or asphalt
without owning, operating, or maintaining a place of business,
as provided elsewhere in this specification, if the person both
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-43
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
owns and operates distribution equipment for the products. Any
supplementing of regular dealers' own distribution equipment
shall be by a long-term lease agreement and not on an ad hoc
or contract-by-contract basis.
.
c) Packagers, brokers, manufacturers' representatives, or other
persons who arrange or expedite transactions are not regular
dealers.
3. Regular dealer status is granted on a contract-by-contract basis. To
obtain regular dealer status, a formal written request must be made
by the interested supplier (potential regular dealer) to
WSDOT/OEO. OEO must be in receipt of this request at least
seven (7) calendar days prior to bid opening. Included in the
request shall be a full description of the project, type of business
operated by the DBE, and the manner the DBE will operate as a
regular dealer on the specific contract. Rules applicable to regular
dealer status are contained in 49 CFR Part 26.55.e.2. Once the
request is reviewed by WSDOT-OEO, the DBE supplier requesting
it will be notified in writing whether regular dealer status was
approved. DBE firms that are approved as regular dealers for a
contract (whenever possible) will be listed on the WSDOT Internet
Homepage at: www.wsdot.wa.gov/biz/contaa/ prior to the time of bid
opening. In addition, bidders may request confirmation of the DBE
supplier's approval to operate as a regular dealer on a specific
contract by writing the Office of Equal Opportunity, Washington
State Department of Transportation, P.O. Box 47314, Olympia, WA
98504-7314 or by phone at (360) 705-7085. Use of a supplier that
has not received approval as a regular dealer prior to bid opening
will result in the bid being declared nonresponsive. (unless the
contribution of the regular dealer was not necessary to meet the
project goal).
.
Materials or Supplies Purchased from a DBE
With respect to materials or supplies purchased from a DBE who is neither a
manufacturer nor a regular dealer, the entire amount of fees or commissions
charged for assistance in the procurement of the materials and supplies, or
fees or transportation charges for the delivery of materials or supplies
required on a job site may be counted toward the goal. No part of the cost of
the materials and supplies themselves may be applied toward DBE goals.
DBE Utilization Certification
To be eligible for award of the contract, the bidder must properly complete
and submit a DBE Utilization Certification which has been made a part of the
bidder's formal bid proposal. The Certification will be used by the Contracting
Agency in determining whether the bidder's Qid proposal satisfies the DBE
contract requirements.
For each DBE described in the Certification, the bidder shall state the project
role and work item in which that DBE will participate. A general description of
the work to be performed by the DBE shall be included. If a DBE will perform
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
N-44
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
a partial item of work, the bidder shall also include a dollar amount for each
partial item of work. The bidder shall also include a dollar amount for each
DBE listed in the Certification that will be applied toward the assigned DBE
contract goal.
In the event of arithmetic errors in completing the Certification, the amount
listed to be applied towards the goal for each DBE shall govern and the DBE
total shall be adjusted accordingly. The information and commitments
demonstrated in th~ Certification shall become a condition of any
subsequent award of a contract to that bidder and the Certification itself shall
become a part of the subsequent contract.
The Contracting Agency shall consider as non-responsive and shall reject
any bid proposal submitted that does not contain a DBE Certification or
contains a DBE Certification that fails to demonstrate that the bidder will
meet the DBE participation requirements in one of the manners permitted by
the contract as described below.
Selection of Successful Bidder/Good Faith Efforts
The successful bidder shall be selected on the basis of having submitted the
lowest responsive bid, which demonstrates that the bidder will meet the DBE
contract requirements by doing either of the first two methods as follows:
1. Document, through the DBE utilization certification mentioned
previously, that the bidder has obtained enough DBE participation
to meet the assigned DBE goal. The DBE total dollar amount shown
on the bidder's Certification will become the condition of award
(COA) amount.
2. Document that the bidder made adequate good faith efforts to meet
the DBE assigned contract goal, even though it did not succeed in
obtaining enough DBE participation, as noted in the DBE utilization
certification, to do so. The documentation supporting good faith
efforts must be provided as part of the bid submittal. Based on that
documentation, the Contracting Agency shall determine whether the
bidder has made a sufficient good faith effort to seek DBE
participation. The Contracting Agency will consider all relevant
information that is provided in the bid submittal.
In the event a bidder is unable to meet the assigned DBE contract
goal, the bidder shall provide additional information with the bid
regarding its good faith efforts to meet the goal per the
requirements of this contract. The Contracting Agency will make a
fair and reasonable judgment whether a bidder that did not meet the
goal made adequate good faith efforts. The quality, quantity, and
intensity of the different kinds of efforts that the bidder has made will
be considered. A determination will be made whether the efforts
employed by the bidder were those that one could reasonably
expect a bidder to take if the bidder were actively and aggressively
trying to obtain DBE participation sufficient to meet the DBE
contract goal. Mere pro forma efforts will not be considered to be
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-45
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
good faith efforts to meet the DBE contract requirements. The .
following is a list of types of actions, which will be considered as
part of the bidder's good faith efforts to obtain DBE participation. It
is not intended to be a mandatory checklist, nor is it intended to be
exclusive or exhaustive. Other factors or types of efforts may be
relevant in appropriate cases:
a. Attendance by the bidder at any pre-solicitation or pre-bid
meetings that were scheduled by the Contracting Agency to
inform DBEs of contracting and subcontracting or material
supply opportunities available on the project;
b. Contacting local Tribes, Tribal Employment Rights Offices
(TERO) concerning the subcontracting or supply
opportunities in suffici~nt time to allow the enterprises to
participate effectively;
c. Selection by the bidder of specific economically feasible
units of the project to be performed by DBEs in order to
increase the likelihood of participation by DBEs even if the
bidder preferred to perform these work items as the prime
contractor;
d. Advertising by the bidder in general circulation, trade
association minority, and trade oriented, women focus
publications, concerning the subcontracting or supply
opportunities; .
e. Providing written notice from the bidder to a reasonable
number of specific DBEs, identified from the OMWBE
Directory of Certified Firms for the selected subcontracting
or material supply work, in sufficient time to allow the
enterprises to participate effectively;
f. Follow-up by the bidder of initial solicitations of interest by ,
contacting the DBEs to determine with certainty whether
they were interested. Documentation of this kind of action
may include the information outlined below:
1. The names, addresses, telephone numbers of
DBEs who were contacted, the dates of initial
contact, and whether initial solicitations of interest
were followed-up by contacting the DBEs to
determine with certainty whether the DBEs were
interested;
51
52
2. A description of the information provided to the
DBEs regarding the plans, specifications, and
estimated quantities for portions of the work to be
performed;
3. Documentation of each DBE contacted but .
rejected and the reason(s) for that rejection;
CITY OF PORT ANGELES
8tb Street Bridge Replacements
PrOject 02-15
000328
January 2007
IV -46
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
g. Providing, to interested DBEs, adequate information about
the plans, specifications, and requirements for the
selected subcontracting or material supply work;
h. Negotiating in good faith with the DBE firms, and not,
without justifiable reason, rejecting as unsatisfactory, bids
that are prepared by any DBE;
i. Advertising and making efforts to obtain DBE participation
that were reasonably expected to produce a level of
participation sufficient to meet the goal or requirements of
the Contracting Agency;
j. Making any other efforts to obtain DBE participation that
were reasonably expected to produce a level of
participation sufficient to meet the goal or requirements of
the Contracting Agency;
k. Using the services of minority community organizations,
minority contractor groups, local, state, and federal
minority business assistance offices and other
organizations identified by WSDOT and advocates for
disadvantaged, minority, and women businesses that
provide assistance in the recruitment and placement of
disadvantaged, minority, and women business enterprises;
and
I. Using DBE Supportive Services by contacting the Office of
Minority and Women's Business Enterprises DBE
Supportive Services Offices:
Seattle:
Tacoma:
(206) 553-7356
(253) 680-7393
If, after review of the documentation provided in the bidder's proposal, the
Contracting Agency determines that a good faith effort was made to secure
DBE participation, the assigned DBE goal will not be reduced to the bidder's
partial commitment. However, the bidder will be formally advised in the
award letter that the partial commitment will satisfy the terms of the contract
and there will be no adverse effect on the Contractor as a result of the
reduced attainment.
Should all bidders fail to meet the goal, WSDOT and its subrecipients will
determine the adequacy of the low bid and otherwise responsive bidder's
submission in light of DBE participation attained by all bidders. This will be
accomplished by comparing the low bidder's submission to the average DBE
participation by all bidders. When computing the average DBE participation,
only the amount of the DBE attainment which does not exceed the
established goal shall be used. Should the low bidder's DBE participation be
lower than the average, the bid shall be considered nonresponsive and shall
be rejected. If the lowest bid is rejected, the next lowest bid(s) shall be
CITY OF PORT ANGELES
81b Street Bridge Replacements
Project 02-15
IV-47
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
examined under the forgoing criteria until the contract is awarded or all bids
are rejected.
.
Should the low and otherwise responsive bidder fail to meet the DBE
participation requirements in one of the manners provided in the proposed
contract, its bid proposal will be rejected as non-responsive and the next
lowest responsive bid accepted unle'ss the Contracting Agency chooses to
reject all bids.
Administrative Reconsideration
1. A bidder has the right to reconsideration in the event its bid has been
found to be nonresponsive due to a failure to meet the requirements of
this specification. The bidder must request reconsideration within five
working days of notification of being nonresponsive or forfeit the right to
reconsideration.
2. The Contracting Agency's decision on reconsideration shall be made by
an official who did not take part in the original determination that the
bidder failed to meet the goal or make adequate good faith efforts to do
so.
3. The bidder shall have the opportunity to meet in person with the official
for the purpose of setting forth the bidder's position as to why its bid
proposal met the DBE contract requirements. The bidder's support for
its position must be based on its bid submittal. The bidder may provide
further explanation/clarification of the information and materials in the
submittal, but no new materials or information will be considered by the
official in reaching a decision on reconsideration.
.
4. The official shall send the bidder a written decision on reconsideration,
explaining the basis for the finding as to whether the bidder's bid
submittal met the DBE contract requirements.
The Contracting Agency has been advised that the United States
Department of Transportation will not accept appeals concerning results of
the reconsideration process.
Procedures Between Award and Execution
After award of the contract, the successful bidder shall provide the additional
information described below. A failure to comply shall result in the forfeiture
of the bidder's proposal bond or deposit.
The Contracting Agency will notify the successful bidder of the award of the
contract in writing and will include a request for a further breakdown of the
DBE information. After award and prior to execution of the contract, the
bidder shall submit the following items:
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-48
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
(1) Additional information for all successful DBE's as shown on the
DBE Utilization Certification:
· Correct business name, federal employee identification
number (if available), and mailing address.
. List of all bid items assigned to each successful DBE firm,
including unit prices and extensions.
· Description of partial items (if any) to be sublet to each
successful DBE firm specifying the distinct elements of
work under each item to be performed by the DBE and
including the dollar value of the DBE portion.
Total amounts shown for each DBE shall not be less than the
amount shown on the Utilization Certification. This submittal,
showing the DBE work item breakdown, when accepted by the
Contracting Agency and resulting in contract execution, shall
become a part of the contract. A breakdown that does not conform
to the DBE Utilization Certification or that demonstrates a lesser
amount of DBE participation than that included in the Certification
will be returned for correction. The contract will not be executed by
the Contracting Agency until a satisfactory breakdown has been
submitted. A breakdown that conforms to the DBE Utilization
Certification but demonstrates a greater total amount of participation
than that included in the Certification will be accepted and the
Condition of Award will be adjusted accordingly.
(2) A list of all firms who submitted a bid or quote in an attempt to
participate in this project whether they were successful or not.
Include the correct business name, federal employer identification
number (optional) and a mailing address.
The firms identified by the Contractor may be contacted to solicit
general information as follows:
1 . age of the firm
2. average of its gross annual receipts over the past three
years
Procedures After Execution
Reporting
The Contractor shall submit a "Quarterly Report of Amounts Credited as
DBE Participation" (actual payments) on a quarterly basis for any
calendar quarter in which DBE work is accomplished or upon completion
of the project, as appropriate. The quarterly reports are due on January
20th, April 20th, July 20th, and October 20th of each year. Or, the
contractor has the option of submitting actual DBE payment data to the
contracting agency on a monthly basis using the Construction
Management and Tracking System (CMA TS)'. Use of CMA TS will
become a requirement for all contractors effective January 7, 2008. The
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-49
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
dollars reported will be in accordance with the "Counting DBE
Participation" section of this specification.
.
In the event that the payments to a DBE have been made by an entity
other than the Prime Contractor (as in the case of a lower-tier
subcontractor or supplier), then the Prime Contractor shall obtain the
quarterly report, including the signed affidavit, from the paying entity and
submit the report to the Contracting Agency.
Damages for Noncompliance
When a Contractor violates the DBE provIsions of the contract, the
Contracting Agency may incur damages. These damages consist of
additional administrative costs including, but not limited to, the inspection,
supervision, engineering, compliance, and legal staff time and expenses
necessary for investigating, reporting, and correcting violations as well as
loss of federal funding. Damages attributable to a Contractor's violations of
the DBE provisions may be deducted from progress payments due to the
Contractor or from retainage withheld by the Contracting Agency as allowed
by RCW 60.28.021. Before any money is withheld, the Contractor will be
provided with a notice of the basis of the violations and an opportunity to
respond.
The Contracting Agency's decision to recover damages for a DBE violation
does not limit its ability to suspend or revoke the Contractor's pre-
qualification status or seek other remedies as allowed by federal or state law.
In appropriate circumstances, the Contracting Agency may also refer the
Contractor to state or federal authorities for additional sanctions.
.
Required Disadvantaged Business Enterprise Provisions
The Contractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The Contractor shall carry
out applicable requirements of 49 CFR Part 26 in the award and
administration of contracts, which contain funding assistance from the United
States Department of Transportation. Failure by the Contractor to carry out
these requirements is a material breach of this contract, which may result in
the termination of this contract or such other remedy as the Contracting
Agency deems appropriate.
If the Contractor does not comply with any part of its contract as required
under 49 CFR part 26, and/or any other applicable law or regulation
regarding DBE, the Contracting Agency may withhold payment, suspend, or
terminate the contract, and subject the Contractor to civil penalties of up to
ten percent of the amount of the contract for each violation. In the case of
WSDOT contracts, repeated violations, exceeding a single violation, may
disqualify the Contractor from further participation in WSDOT contracts for a
period of up to three years. An apparent low bidder must be in compliance
with these contract provisions as a condition precedent to the granting of a
notice of award by the Contracting Agency. The Contractor is entitled to
request an adjudicative proceeding with respect to the Contracting Agency's
determination of contract violation and assessed penalties by filing a written
application within thirty days of receipt of notification. The adjudicative
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
IV-50
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
proceeding, if requested, will be conducted by an administrative law judge
pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the
Washington Administrative Code.
Payment
Compensation for all costs involved with complying with the conditions of this
specification and any ass'ociated DBE requirements is included in payment for the
associated contract items of work.
(April 3, 2006)
Special Training Provisions
General Requirements
The Contractor's equal employment opportunity, affirmative action program
shall include the requirements set forth below. The Contractor shall provide
on-the-job training aimed at developing trainees to journeyman status in the
trades involved. The number of training hours shall be *** 1,500 ***. The
training program shall assign a minimum of 200 hours per trainee. The
Contractor may elect to accomplish training as part of' the work of a
subcontractor; however, the Prime Contractor shall retain the responsibility
for complying with these Special Provisions. The Contractor shall also
ensure that this training provision is made applicable to any subcontract that
includes training.
Trainee Approval
The Federal government requires Contracting Agencies to include these
training provisions as a condition attached to the receipt of Federal highway
funding. The Federal government has determined that the training and
promotion of members of certain minority groups and women is a primary
objective of this training provision. The Contractor shall make every effort to
enroll minority groups and women trainees to the extent such persons are
available within a reasonable recruitment area. This training provision is not
intended and shall not be used to discriminate against any applicant for
training, whether that person is a minority, woman or otherwise. A non-
minority male trainee or apprentice may be approved provided the following
requirements are met:
1. The Contractor is otherwise in compliance with the contract's Equal
Employment Opportunity and On-the-Job Training requirements
and provides documentation of the efforts taken to fill the specific
training position with either minorities or females
2. or, if not otherwise in compliance, furnishes evidence of his/her
systematic and direct recruitment efforts in regard to the position in
question and in promoting the enrollment and/or employment of
minorities and females in the craft which the proposed trainee is to
be trained
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-51
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
3. and the Contractor has made a good faith effort towards recruiting
of minorities and women. As a minimum this good faith effort shall
consist of the following:
.
. Distribution of written notices of available employment
opportunities with the Contractor and enrollment
opportunities with its unions. Distribution should include but
not be limited to; minority and female recruitment sources
and minority and female community organizations;
. Records documenting the Contractor's efforts and the
outcome of those efforts, to employ minority and female
applicants and/or refer them to unions;
. Records reflecting the Contractor's efforts in participating in
developing minority and female on-the-job training
opportunities, including upgrading programs and
apprenticeship opportunities;
. Distribution of written notices to unions and training
programs disseminating the Contractor's EEO policy and
requesting cooperation in achieving EEO and OJT
obligations.
No employee shall be employed as a trainee in any classification in which
the employee has successfully completed a training course leading to
journeyman status or in which the employee has been employed as a
journeyman. The Contractor's records shall document the methods for
determining the trainee's status and findings in each case. When feasible, 25
percent of apprentices or trainees in each occupation shall be in their first
year of apprenticeship or training.
.
For the purpose of this specification, acceptable training programs are those
employing trainees/apprentices registered with the following:
1. Washington State Department of Labor & Industries - State
Apprenticeship Training Council (SA TC) approved apprenticeship
agreement:
a. Pursuant to RCW 49.04.060, an apprenticeship agreement
shall be;
i. an individual written agreement between an
employer and apprentice
ii. a written agreement between (an employer or an
association of employers) and an organization of
employees describing conditions of employment
for apprentices
iii. a written statement describing conditions of
employment for apprentices in a plant where
there is no bona fide employee organization.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
PrOject 02- 15
000328
January 2007
IV-52
.
.
'.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
All such agreements shall conform to the basic standards and other
provisions of RCW Chapter 49.
2. Apprentices must be registered with U.S. Department of Labor -
Bureau of Apprenticeship Training (BAT) approved program.
Or
3. Trainees participating in a non-BAT/SA TC program, which has been
approved by the contracting agency for the specific project.
4. For assistance in locating trainee candidates, the Contractor may
call WSDOT's OJT Support Services Technical Advisor at
(360) 705-7088, (206) 587-4954 or toll free at 1-866-252-2680.
Obligation to Provide Information
Upon starting a new trainee, the Contractor shall furnish the trainee a copy of
the approved program the Contractor will follow in providing the training.
Upon completion of the training, the Contractor shall provide the Contracting
Agency with a certification showing the type and length of training
satisfactorily completed by each trainee or, the Contractor has the option of
submitting the above information using the Contract Management and
Tracking System (CMATS). Use of CMATS will become a requirement for all
contractors effective January 7, 2008.
Training Program Approval
The Training Program shall meet the following requirements:
1. The Training Program (DOT Form 272-049) must be submitted to
the Engineer for approval prior to commencing contract work and
shall be resubmitted when modifications to the program occur.
2. The minimum length and type of training for each classification will
be as established in the training program as approved by the
Contracting Agency.
3. The Training Program shall contain the trades proposed for training,
the number of trainees, the hours assigned to the trade and the
estimated beginning work date for each trainee. '
4. Unless otherwise specified, Training Programs will be approved if
the proposed number of training hours equals the training hours
required by contract and the training program assigns a minimum of
200 hours per trainee.
5. After approval of the training program, information concerning each
individual trainee and good faith effort documentation shall be
submitted on (DOT Form 272-050.)
6. In King County, laborer trainees or apprentices will not be approved
on contracts containing less than 1000 training hours as specified in
CITY OF PORT ANGELES
8lh Street Bridge Replacements
Project 02-15
IV-53
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
this Section. In King County, no more than twenty percent (20%) of
hours proposed for trainees or apprentices shall be in the laborer
classification when the contract contains 1000 or more hours of
training as specified in this Section. The training program shall
assign a minimum of 200 hours per trainee.
.
7. Flagging programs will not be approved. Other programs that
include flagging training will only be approved if the flagging portion
is limited to an orientation of not more than 20 hours.
8. It is the intention of these provisions that training is to be provided in
the construction crafts rather than clerk-typists or secretarial-type
positions. Training is permissible in lower level management
positions such as office engineers, estimators, timekeepers, etc.,
where the training is oriented toward construction applications.
Some off-site training is permissible as long as the training is an
integral part of an approved training program.
9. It is normally expected that a trainee will begin training on the
project as soon as feasible after start of work, utilizing the skill
involved and remain on the project as long as training opportunities
exist in the work classification or upon completion of the training
program. It is not required that all trainees be on board for the entire
length of the contract. The number trained shall be determined on
the basis of the total number enrolled on the contract for a
significant period.
.
10. Wage Progressions: Trainees will be paid at least the applicable
ratios or wage progressions shown in the apprenticeship standards
published by the Washington State Department of Labor and
Industries. In the event that no training program has been
established by the Department of Labor and Industries, the trainee
shall be paid in accordance with the provisions of RCW 39.12.021,
which reads as follows:
Apprentice workmen employed upon public works projects for
whom an apprenticeship agreement has been registered and
approved with the State Apprenticeship Council pursuant to
RCW 49.04, must be paid at least the prevailing hourly rate for
an apprentice of that trade. Any workman for whom an
apprenticeship agreement has not been registered and
approved by the State Apprenticeship Council shall be
considered to be a fully qualified journeyman, and, therefore,
shall be paid at the prevailing hourly rate for journeymen.
Compliance
In the event that the Contractor is unable to accomplish the required training
hours but can demonstrate a good faith effort to meet the requirements as
specified, then the Contracting Agency will adjust the training goals
accordingly. '
.'
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-54
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Requirements for Non BAT/SATe Approved Training Programs
Contractors who are not affiliated with a program approved by SAT or SA TC
may have their training program approved provided that the program is
submitted for approval on DOT Form 272-049, and the following standards
are addressed and incorporated in the Contractor's program:
· The program establishes minimum qualifications for persons
entering the training program.
· The program shall outline the work processes in which the trainee
will receive supervised work experience and training on-the-job and
the allocation of the approximate time to be spent in each major
process. The program shall include the method for recording and
reporting the training completed shall be stated.
· The program shall include a numeric ratio of trainees to journeymen
consistent with proper supervision, training, safety, and continuity of
employment. The ratio language shall be specific and clear as to
application in terms of job site and workforce during normal
operations (normally considered to fall between 1:10 and 1 :4).
. The terms of training shall be stated in hours. The number of hours
required for completion to journeyman status shall be comparable to
the apprenticeship hours established for that craft by the SATC. The
following are examples of programs that are currently approved:
CRAFT
Laborer
Ironworker
Carpenter
Construction Electrician
Operating Engineer
Cement Mason
Teamster
HOURS
4,000
6,000
5,200-8,000
8,000
6,000-8,000
5,400
2,100
· The method to be used for recording and reporting the training
completed shall be stated.
· A numeric ratio of trainees to journeymen shall be established. It
shall be consistent with proper supervision, training, safety, and
continuity of employment. The ratio language shall be specific and
clear as to application in terms of job site and workforce during
normal operations.
Measurement
The Contractor may request that the total number of "training" hours for the
contract be increased subject to approval by the Contracting Agency. This
reimbursement will be made even though the Contractor receives additional
training program funds from other sources, provided such other sources do
not prohibit other reimbursement. Reimbursement to the Contractor for off-
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-55
000328
January 2007
1 site training as indicated previously may only be made when the Contractor
2 does one or more of the following and the trainees are concurrently
3 employed on a Federal-aid project:
4
5 . contributes to the cost of the training,
6 . provides the instruction to the trainee,
7 . pays the trainee's wages during the off- site training period.
8
9 Reimbursement will be made upon receipt of a certified invoice that shows
10 the related payroll number, the name of trainee, total hours trained under the
11 program, previously paid hours under the contract, hours due this estimate,
12 and dollar amount due this estimate. The certified invoice shall show a
13 statement indicating the Contractor's effort to enroll minorities and women
14 when a new enrollment occurs. If a trainee is participating in a SATC/BAT
15 approved apprenticeship program, a copy of the certificate showing
16 apprenticeship registration must accompany the first invoice on which the
17 individual appears. Reimbursement for training occurring prior to approval of
18 the training program will be allowed if the Contractor verbally notifies the
19 Engineer of this occurrence at the time the apprentice/trainee commences
20 work. A trainee/apprentice, regardless of craft, must have worked on the
21 contract for at least 20 hours to be eligible for reimbursement.
22
23 Payment
24 The Contractor will be reimbursed under the item "Training" per hour for each
25 hour of training for each employee.
26
27 (March 13, 1995)
28 1-07.12 Federal Agency Inspection
29 Section 1-07.12 is supplemented with the following:
30
31 Required Federal Aid Provisions
32 The Required Contract Provisions Federal Aid Construction Contracts (FHWA
33 1273) and the amendments thereto supersede any conflicting provisions of the
34 Standard Specifications and are made a part of this contract; provided, however,
35 that if any of the provisions of FHWA 1273, as amended, are less restrictive than
36 Washington State Law, then the Washington State Law shall prevail.
37
38 The provisions of FHWA 1273, as amended, included in this contract require that
39 the Contractor insert the FHWA 1273 and amendments thereto in each
40 subcontract, together with the wage rates which are part of the FHWA 1273, as
41 amended. Also, a clause shall be included in each subcontract requiring the
42 subcontractors to insert the FHWA 1273 and amendments thereto in any lower
43 tier subcontracts, together with the wage rates. The Contractor shall also ensure
44 that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each
45 subcontract for subcontractors and lower tier subcontractors. For this purpose,
46 upon request to the Project Engineer, the Contractor will be provided with extra
47 copies of the FHWA 1273, the amendments thereto, the applicable wage rates,
48 and this Special Provision.
49
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-56
.
.
.
.
.
.
)
1 1-07.16 Protection And Restora~ion Of Property
2
3 (December 6,2004)
4 1-07.16(4) Archaeological And Historical Objects
5 Section 1-07.16(4) is supplemented with the following:
6
7 The project area potentially contains archaeological or historical objects that may
8 have significance from a historical or scientific standpoint. To protect these
9 objects from damage or destruction, the Contracting Agency, at its discretion and
10 expense, may monitor the Contractor's operations, conduct various sites testing,
11 and perform recovery and removal of such objects when necessary.
12
13 The Contractor may be required to conduct its operations in a manner that will
14 accommodate such activities, including the reserving of portions of the work area
15 for site testing, exploratory operations and recovery and removal of such objects
16 as directed by the Engineer. If such activities are performed by consultants
17 retained by the Contracting Agency, the Contractor shall provide them adequate
18 access to the project site.
19
20 Added work necessary to uncover, fence, dewater, or otherwise protect or assist
21 in such testing, exploratory operations and salvaging of the objects as ordered by
22 the Engineer shall be paid by force account as provided in Section 1-09.6. If the
23 discovery and salvaging .activities require the Engineer to suspend the
24 Contractor's work, any adjustment in time will be determined by the Engineer
25 pursuant to Section 1-08.8.
26
27 To provide a common basis for all bidders, the Contracting Agency has entered
28 an amount for the item "Archaeological and Historical Salvage" in the Proposal to
29 become a part of the total bid by the Contractor.
30
31 (February 5, 2001)
32 1-07.17 Utilities And Similar Facilities
33 Section 1-07.17 is supplemented with the following:
34
35 Locations and dimensions shown in the Plans for existing facilities are in
36 accordance with available information obtained without uncovering, measuring, or
37 other verification.
38
39 Public and private utilities, or their Contractors, will furnish all work necessary to
40 adjust, relocate, replace, or construct their facilities unless otherwise provided for
41 in the Plans or these Special Provisions. Such adjustment, relocation,
42 replacement, or construction will be done during the prosecution of the work for
43 this project.
44
45 The following addresses and telephone numbers of utility companies known or
46 suspected of having facilities within the project limits are supplied for the
47 Contractor's convenience:
48
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-57
000328
January 2007
1 Electrical Power Distribution .'
2 City of Port Angeles
3 321 East 5th Street
4 P.O. Box 1150
5 Port Angeles WA 98362
6 Contact: Terry Dahlquist
7 (360) 417-4702
8
9 Electrical Power Transmission
10 Nippon Paper Industries USA Company ltd.
11 P.O. Box 271
12 Port Angeles, WA 98362
13 Contact: Dean Reed
14 (360) 565-7051
15
16 Telecomunications
17 Qwest Communications Company
18 Contact: Diane Hager
19 (360) 452-2184 or (360) 417-2174
20
21 Water Service
22 City of Port Angeles
23 321 East 5th Street
24 P.O. Box 1150
25. Port Angeles WA 98362 .
26 Contact: Steve Sperr
27 (360) 417-4821
28
29 Sanitary Sewer
30 City of Port Angeles
31 321 East 5th Street
32 P.O. Box 1150
33 Port Angeles WA 98362
34 Contact: Steve Sperr
35 (360) 417-4821
36
37 Solid Waste Collection
38 City of Port Angeles
39 321 East 5th Street
40 P.O. Box 1150
41 Port Angeles WA 98362
42 Contact: Steve Sperr
43 (360) 417-4821
44
45 Storm Drainage
46 City of Port Angeles
47 321 East 5th Street
48 P.O. Box 1150
49 Port Angeles WA 98362 .
50 Contact: Steve Sperr
51 (360) 417-4821
CITY OF PORT ANGELES 000328
8th Street Bridge Replacements IV-58 January 2007
PrOject 02-15
.
.
.
1 Cable Television / Broadband
2 Wave Broadband
3 725 East 1 5t Street
4 Port Angeles WA 98362
5 Contact: Mike Sturgeon
6 (360) 452-8467
7
8 (******)
9 The Contractor shall coordinate the de-energizing of the 69 kV power
10 transmission line located underneath the Valley Creek bridge. The high
11 voltage power line underneath the Valley Creek bridge belongs to
12 Nippon Paper Industries USA Company Ltd.
13
14
15 1-07.23 Public Convenience and Safety
16
17 1-07.23(1) Construction Under Traffic
18 (October 1, 2005 APWA GSP)
19
20 The second paragraph of Section 1-07.23(1) is revised to read:
21
22 To disrupt public traffic as little as possible, the Contractor shall permit traffic to
23 pass through the work with the least possible inconvenience or delay. The
24 Contractor shall maintain existing roads, streets, sidewalks, and paths within the
25 project limits, keeping them open, and in good, clean, safe condition at all times.
26 Deficiencies caused by the Contractor's operations shall be repaired at the
27 Contractor's expense. Deficiencies not caused by the Contractor's operations
28 shall be repaired by the Contractor when directed by the Engineer, at the
29 Contracting Agency's expense. The Contractor shall also maintain roads, streets,
30 sidewalks, and paths adjacent to the project limits when affected by the
31 Contractor's operations. Snow and ice control will be performed by the
32 Contracting Agency on all projects. Cleanup of snow and ice control debris will be
33 at the Contracting Agency's expense. The Contractor shall perform the following:
34
35 1. Remove or repair any condition resulting from the work that might
36 impede traffic or create a hazard.
37 2. Keep existing traffic signal and highway lighting systems in operation as
38 the work proceeds. (The Contracting Agency will continue the route
39 maintenance on such system.)
40 3. Maintain the striping on the roadway at the Contracting Agency's
41 expense. The Contractor shall be responsible for scheduling when to
42 renew striping, subject to the approval of the Engineer. When the scope
43 of the project does not require work on the roadway, the Contracting
44 Agency will be responsible for maintaining the striping.
45 4. Maintain existing permanent signing. Repair of signs will be at the
46 Contracting Agency's expense, except those damaged due to the
47 Contractor's operations.
48 5. Keep drainage structures clean to allow for free flow of water. Cleaning
49 of existing drainage structures will be at the Contracting Agency's
50 expense when approved by the Engineer, except when flow is impaired
51 due to the Contractor's operations.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-59
000328
January 2007
1 (******)
2 Section 1-07.23(1) is supplemented with the following: .
3
4 Traffic restrictions shall be in accordance with the following:
5
6 Short Term Closures
7 During this project, it will occasionally be necessary to close 8th Street across
8 the Tumwater Creek Bridge or the Valley Creek Bridge, or the SR 117
9 Tumwater Truck Route. To minimize the impact on traffic, short term closures
10 shall be scheduled during the weekends or at night.
11
12 Long Term Closures
13 During this project, it will be necessary to close 8th Street across the
14 Tumwater Creek Bridge and the Valley Creek Bridge and the SR 117
15 Tumwater Truck Route. For long term closures, advance bridge closure
16 advisory signing and Detour Route signing shall be installed along the
17 designate alternate route as shown in the Plans.
18
19 Signing of Alternate, Detour Route and Truck Route
20 Sign installations for the alternate route will be included in the project to
21 guide motorists from 8th Street to the Lincoln Street, First Street/Front Street,
22 Marine Drive, Tumwater Street, 5th Street and "C" Street alternate route. The
23 signing will be black on orange including "8th Street", "Alternate Route" and a
24 directional arrow in the Legend. During the occasional weekend closures of
25 the bridge, "Alternate Route" may be replaced with "Detour Route" by
26 installing temporary sign panels on the alternate route sign panel. .
27
28 During the closure of the SR 117 Tumwater Truck route, a truck route
29 construction signing scheme shall be developed to direct commercial traffic
30 from Tumwater Truck Route to Marine Drive via SR 101, Lauridsen
31 Boulevard, Lincoln Street, and Front Street/1st Street. Modification of the
32 eastbound to southbound right turn corner radius at Lincoln Street/Front
33 Street shall be temporarily constructed by closing the eastbound right turn
34 lane to allow a wider radius for truck turning at this location. Existing truck
35 route guidance signing shall be modified or covered to indicate road closure
36 to commercial drivers. These closures shall be expected to occur once
37 during the bridge construction and once during the reconstruction of the
38 SR 117 roadway.
39
40 (April 5, 2004)
41 The construction safety zone will be determined as follows:
42
43 When the posted speed is 35 MPH or under, the safety zone will be
44 10 feet from the outside edge of traveled way or 2 feet beyond the
45 outside edge of the sidewalk.
46
47 When the posted speed is from 40 to 55 MPH the safety zone will be
48 15 feet from the outside edge of traveled way.
49
50 When the posted speed is 60 MPH or over the safety zone will be .
51 30 feet from the outside edge of traveled way.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV -60
000328
January 2007
.
.
.
1 During nonworking hours equipment or materials shall not be within the
2 safety zone unless it is protected by permanent guardrail or temporary
3 concrete barrier. The use of temporary concrete barrier shall be
4 permitted only if the Engineer approves the installation and location.
5
6' During the actual hours of work, unless protected as described above,
7 only materials absolutely necessary to construction shall be within the
8 safety zone and only construction vehicles absolutely necessary to
9 construction shall be allowed within the safety zone or allowed to stop or
10 park on the shoulder of the roadway.
11
12 The Contractor's nonessential vehicles and employees private vehicles
13 shall not be permitted to park within the safety zone at any time unless
14 protected as described above.
15
16 Deviation from the above requirements shall not occur unless the
17 Contractor has requested the deviation in writing and the Engineer has
18 provided written approval.
19
20 1-07.23(2) Construction and Maintenance ot Detours
21 (October 1, 2005 APWA GSP)
22
23 The first paragraph of Section 1-07.23(2) is revised to read:
24
25 Unless otherwise approved, the Contractor shall maintain two-way traffic during
26 construction. The Contractor shall build, maintain in a safe condition, keep open
27 to traffic, and remove when no longer needed:
28 1. Detours and detour bridges that will accommodate traffic diverted from
29 the roadway, bridge, sidewalk. or path during construction,
30 2. Detour crossings of intersecting highway, and
31 3. Temporary approaches.
32
33
34 1-07.24 Rights-ot-Way
35 (October 1, 2005 APWA GSP)
36 Section 1-07.24 is deleted in its entirety, and replaced with the following:
37
38 Street right of way lines, limits of easements, and limits of construction permits
39 are indicated in the Plans. The Contractor's construction activities shall be
40 confined within these limits, unless arrangements for use of private property are
41 made.
42
43 Generally, the Contracting Agency will have obtained, prior to bid opening, all
44 rights of way and easements, both permanent and temporary, necessary for
45 carrying out the work. Exceptions to this are noted in the Bid Documents or will
46 be brought to the Contractor's attention by a duly issued Addendum.
47
48 Whenever any of the work is accomplished on or through property other than
49 public right of way, the Contractor shall meet and fulfill all covenants and
50 stipulations of any easement agreement obtained by the Contracting Agency from
51 the owner of the private property. Copies of the easement agreements may be
CITY OF PORT ANGELES
81h Street Bodge Replacements
Project 02-15
N-61
000328
January 2007
1 included in the Contract Provisions or made available to the Contractor as soon .
2 as practical after they have been obtained by the Engineer.
3
4 Whenever easements or rights of entry have not been acquired prior to
5 advertising, these areas are so noted in the Plans. The Contractor shall not
6 proceed with any portion of the work in areas where right of way, easements, or
7 rights of entry have not been acquired until the Engineer certifies to the
8 Contractor that the right of way or easement is available or that the right of entry
9 has been received. If the Contractor is delayed due to acts of omission on the
10 part of the Contracting Agency in obtaining easements, rights of entry or right of
11 way, the Contractor will be entitled to an extension of time. The Contractor agrees
12 that such delay shall not be a breach of contract.
13
14 Each property owner shall be given 48 hours notice prior to entry by the
15 Contractor. This includes entry onto easements and private property where
16 private improvements must be adjusted.
17
18 The Contractor shall be responsible for providing, without expense or liability to
19 the Contracting Agency, any additional land and access thereto that the
20 Contra~tor may desire for temporary construction facilities, storage of materials,
21 or other Contractor needs. However, before using any private property, whether
22 adjoining the work or not, the Contractor shall file with the Engineer a written
23 permission of the private property owner, and, upon vacating the premises, a
24 written release from the property owner of each property disturbed or otherwise
25 interfered with by reasons of construction pursued under this contract. The .
26 statement shall be signed by the private property owner, or proper authority
27 acting for the owner of the private property affected, stating that permission has
28 been granted to use the property and all necessary permits have been obtained
29 or, in the case of a release, that the restoration of the property has been
30 satisfactorily accomplished. The statement shall include the parcel number,
31 address, and date of signature. Written releases must be filed with the Engineer
32 before the Completion Date will be established.
33
34 1-08 PROSECUTION AND PROGRESS
35 Section 1-08 is supplemented with the following:
36
37 Preliminary Matters
38 (May 25, 2006 APWA GSP)
39
40 Preconstruction Conference
41 (May 25, 2006 APWA GSP)
42
43 Prior to the Contractor beginning the work, a preconstruction conference will be
44 held between the Contractor, the Engineer, and such other interested parties as
45 may be invited. The purpose of the preconstruction conference will be:
46 1. To review the initial progress schedule;
47 2. To establish a working understanding among the various parties
48 associated or affected by the work;
49 3. To establish and review procedures for progress payment, notifications, .
50 approvals, submittals, etc.;
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
N-62
000328
January 2007
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
.
.
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1 . A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
Hours of Work
(May 25, 2006 APWA GSP)
Except in the case of emergency or unless otherwise approved by the
Contracting Agency, the normal straight time working hours for the contract shall
be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working
day with a maximum 1-hour lunch break and a 5-day work week. The normal
straight time 8-hour working period for the contract shall be established at the
preconstruction conference or prior to the Contractor commencing the work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or
before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in
writing to the Engineer for permission to work such times. Permission to work
longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required.
Such requests shall be submitted to the Engineer no later than noon on the
working day prior to the day for which the Contractor is requesting permission to
work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during
weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or
holidays may also be subject to noise control requirements. Approval to continue
work during these hours may be revoked at any time the Contractor exceeds the
Contracting Agency's noise control regulations or complaints are received from
the pUblic or adjoining property owners regarding the noise from the Contractor's
operations. The Contractor shall have no claim for damages or delays should
such permission be revoked for these reasons.
Permission to work Saturdays, Sundays, holidays or other than the agreed upon
normal straight time working hours Monday through Friday may be given subject
to certain other conditions set forth by the Contracting Agency or Engineer. These
conditions may include but are not limited to: requiring the Engineer or such
assistants as the Engineer may deem necessary to be present during the work;
requiring the Contractor to reimburse the Contracting Agency for the costs in
excess of straight-time costs for Contracting Agency employees who worked
during such times, on non Federal aid projects; considering the work performed
on Saturdays, Sundays, and holidays as working days with regards to the
contract time; and considering multiple work shifts as multiple working days with
respect to contract time even though the multiple shifts occur in a single 24-hour
period. Assistants may include, but are not limited to, survey crews; personnel
from the Contracting Agency's material testing lab; inspectors; and other
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-63
000328
January 2007
1 Contracting Agency employees when in the opinion of the Engineer, such work .
2 necessitates their presence.
3
4 1-08.1 Subcontracting
5 Section 1-08.1 is supplemented with the following:
6
7 (October 12, 1998)
8 Prior to any subcontractor or lower tier subcontractor beginning work, the
9 Contractor shall submit to the Engineer a certification (WSDOT Form 420-004)
10 that a written agreement between the Contractor and the subcontractor or
11 between the subcontractor and any lower tier subcontractor has been executed.
12 This certification shall also guarantee that these subcontract agreements include
13 all the documents required by the Special Provision Federal Agency Inspection.
14
15 A subcontractor or lower tier subcontractor will not be permitted to perform any
16 work under the contract until the following documents have been completed and
17 submitted to the Engineer:
18
19 1. Request to Sublet Work (Form 421-012), and
20 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification
21 for Federal-aid Projects (Form 420-004).
22
23 The Contractor's records pertaining to the requirements of this Special Provision
24 shall be open to inspection or audit by representatives of the Contracting Agency
25 during the life of the contract and for a period of not less than three years after .
26 the date of acceptance of the contract. The Contractor shall retain these records
27 for that period. The Contractor shall also guarantee that these records of all
28 subcontractors and lower tier subcontractors shall be available and open to
29 similar inspection or audit for the same time period.
30
31 1-08.4 Notice to Proceed and Prosecution of the Work
32 (October 1 , 2005 APWA GSP)
33
34 Section 1-08.4 is revised to read:
35
36 Notice to Proceed will be given after the contract has been executed and the
37 contract bond and evidence of insurance have been approved and filed by the
38 Contracting Agency. The Contractor shall not commence with the work until the
39 Notice to Proceed has been given by the Engineer. The Contractor shall
40 commence construction activities on the project site within ten days of the Notice
41 to Proceed Date, unless otherwise approved in writing. The Contractor shall
42 diligently pursue the work to the physical completion date within the time
43 specified in the contract. Voluntary shutdown or slowing of operations by the
44 Contractor shall not relieve the Contractor of the responsibility to complete the
45 work within the time(s) specified in the contract.
46
.
CITY OF PORT ANGELES
8'b Street Bridge Replacements
Project 02-15
N-64
000328
January 2007
1 1-08.5 Time For Completion
2 (March 13, 1995)
3 Section 1-08.5 is supplemented with the following:
4
5 This project shall be physically completed within *** 350 *** working days.
6
7 (October 1, 2005 APWA GSP)
8 The fourth and fifth paragraphs of Section 1-08.5 are revised to read:
9
10 Contract time shall begin on the first working day following the Notice to Proceed
11 Date. The contract provisions may specify another starting date for contract time,
12 in which case, time will begin on the starting date specified.
13
14 Each working day shall be charged to the contract as it occurs, beginning on the
15 day after the Notice to Proceed Date, unless otherwise provided in the Contract
16 Provisions, until the contract work is physically complete. If substantial completion
17 has been granted and all the authorized working days have been used, charging
18 of working days will cease. Each week the Engineer will provide the Contractor a
19 statement that shows the number of working days: (1) charged to the contract the
20 week before; (2) specified for the physical completion of the contract; and
21 (3) remaining for the physical completion of the contract. The statement will also
22 show the nonworking days and any partial or whole day the Engineer declares as
23 unworkable. Within 10 calendar days after the date of each statement, the
24 Contractor shall file a written protest of any alleged discrepancies in it. To be
25 considered by the Engineer, the protest shall be in sufficient detail to enable the
26 Engineer to ascertain the basis and amount of time disputed. By not filing such
27 detailed protest in that period, the Contractor shall be deemed as having
28 accepted the statement as correct. If the Contractor elects to work 10 hours a day
29 and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a
30 4-10 shift is worked would ordinarily be charged as a working day then the fifth
31 day of that week will be charged as a working day whether or not the Contractor
32 works on that day.
33
34 The seventh paragraph of Section 1-08.5 is revised to read:
35
36 The Engineer will give the Contractor written notice of the completion date of the
37 contract after all the Contractor's obligations under the contract have been
38 performed by the Contractor. The following events must occur before the
39 Completion Date can be established:
40 1 . The physical work on the project must be complete; and
41 2. The Contractor must furnish all documentation required by the contract
42 and required by law, to allow the Contracting Agency to process final
43 acceptance of the contract. The following documents must be received
44 by the Project Engineer prior to establishing a completion date:
45 a. Certified Payrolls (Federal-aid Projects)
46 b. Material Acceptance Certification Documents
47 c. Annual Report of Amounts Paid as MBE/WBE Participants or
48 Quarterly Report of Amounts Credited as DBE Participation, as
49 required by the Contract Provisions.
50 d. FHWA 47 (Federal-aid Projects)
51 e. Final Contract Voucher Certification
52 f. Property owner releases per Section 1-07.24
.
.
.
CITY OF PORT ANGELES
81b Street Bridge Replacements
Project 02-15
IV-65
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
1-08.7 Maintenance During Suspension
(October 1 , 2005 APWA GSP)
.
The second paragraph of Section 1-08.7 is revised to read:
At no expense to the Contracting Agency, the Contractor shall provide through
the construction area a safe, smooth, and unobstructed roadway, sidewalk, and
path for public use during suspension (as required in Section 1-07.23 or the
Special Provisions). This may include a temporary road or detour.
1-09 MEASUREMENT AND PAYMENT
1-09.6 Force Account
(October 1 , 2005 APWA GSP)
Section 1-09.6 is supplemented with the following:
Owner has estimated and included in the Proposal, dollar amounts for all items to
be paid per force account, only to provide a common proposal for Bidders. All
such dollar amounts are to become a part of Contractor's total bid. However,
Owner does not warrant expressly or by implication that the actual amount of
work will correspond with those estimates. Payment will be made on the basis of
the amount of work actually authorized by Engineer.
1-09.9 Payments
(October 1 , 2005 APWA GSP)
.
The third paragraph of Section 1-09.9 is deleted and replaced with the following:
Progress payments for completed work and material on hand will be based upon
progress estimates prepared by the Engineer. A progress estimate cutoff date will
be established at the preconstruction meeting.
The initial progress estimate will be made not later than 30 days after the
Contractor commences the work, and successive progress estimates will be
made every month thereafter until the Completion Date. Progress estimates
made during progress of the work are tentative, and made only for the purpose of
determining progress payment. The progress estimates are subject to change at
any time prior to the calculation of the Final Payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form - the approximate quantity of
acceptable units of work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form - the estimated percentage complete
multiplied by the Bid Forms amount for each Lump Sum Item, or per the
schedule of values for that item.
3. Materials on Hand - 100 percent of invoiced cost of material delivered
to Job site or other storage area approved by the Engineer.
4. Change Orders - entitlement for approved extra cost or completed
extra work as determined by the Engineer.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV -66
.
.
.
1 Progress payments will be made in accordance with the progress estimate less:
2 1. Retainage per Section 1-09.9(1);
3 2. The amount of Progress Payments previously made; and
4 3. Funds withheld by the Contracting Agency for disbursement in
5 accordance with the Contract Documents.
6
7 Progress payments f~r work performed shall not be evidence of acceptable
8 performance or an admission by the Contracting Agency that any work has been
9 satisfactorily completed.
10
11 Payments will be made by warrants, issued by the Contracting Agency's fiscal
12 officer, against the appropriate fund source for the project. Payments received on
13 account of work performed by a subcontractor are subject to the provisions of
14 RCW 39.04.250.
15
16 1-09.13(3) Claims $250,000 or Less
17 (October 1 , 2005 APWA GSP)
18
19 Section 1-09.13(3) is deleted and replaced with the following:
20
21 The Contractor and the Contracting Agency mutually agree that those claims that
22 total $250,000 or less, submitted in accordance with Section 1-09.11 and not
23 resolved by nonbinding ADR processes, shall be resolved through litigation
24 unless the parties mutually agree in writing to resolve the claim through binding
25 arbitration.
26
27 1-09.13(3)A Administration of Arbitration
28 (October 1, 2005 APWA GSP)
29
30 The third paragraph of Section 1-09.13(3)A is revised to read:
31
32 The Contracting Agency and the Contractor mutually agree to be bound by the
33 decision of the arbitrator, and judgment upon the award rendered by the arbitrator
34 may be entered in the Superior Court of the county in which the Contracting
35 Agency's headquarters are located. The decision of the arbitrator and the specific
36 basis for the decision shall be in writing. The arbitrator shall use the contract as a
37 basis for decisions.
38
39 (April 28, 1997)
40 1-09.8 Payment For Material On Hand
41 The last paragraph' of Section 1-09.8 is revised to read:
42
43 The Contracting Agency will not pay for any individual item on hand with a cost of
44 less than $2,000. As materials are used in the work, credits equaling the partial
45 payments for them will be taken on future estimates. Each month, no later than
46 the estimate due date, the Contractor shall submit a letter to the Project Engineer
47 that clearly states: 1) the amount originally paid on the invoice (or other record of
48 production cost) for the items on hand, 2) the dollar amount of the material
49 incorporated into each of the various work items for the month, and 3) the amount
50 that should be retained in material on hand items. If work is performed on the
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-67
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
items and the Contractor does not submit a letter, all of the previous material on
hand payment will be deducted on the estimate. Partial payment for materials on
hand shall not constitute acceptance. Any material will be rejected if found to be
faulty even if partial payment for it has been made.
.
(March 13, 1995)
1-09.9 Payments
Section 1-09.9 is supplemented with the following:
The quantity of the following items to be paid for on this project shall be the
quantity shown in the Proposal, unless changes are made in accordance with
Section 1-04.4 which affect this quantity. The quantity shown in the Proposal will
be adjusted by the amount of the change and will be paid for as specified in
Section 1-04.4.
Roadway Excavation Incl. Haul
St. Reinf. Bar for Bridge
Conc. Class 4000 For Bridge
The quantities in the Proposal are listed only for the convenience of the
Contractor in determining the volume of work involved and are not guaranteed to
be accurate. The prospective bidders shall verify these quantities before
submitting a bid. No adjustments other than for approved changes will be made in
the quantity even though the actual quantities required may deviate from those
listed.
.
The unit contract price for these items shall be full pay to construct and complete
this portion of the work.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 (2) Description
(May 25, 2006 APWA GSP)
The third paragraph of Section 1-10.1 (2) is revised to read:
The Contractor shall provide signs and other traffic control devices not otherwise
specified as being furnished by the Contracting Agency. The Contractor shall
erect and maintain all construction signs, warning signs, detour signs, and other
traffic control devices necessary to warn and protect the public at all times from
injury or damage as a result of the Contractor's operations which may occur on
highways, roads, streets, sidewalks, or paths. No work shall be done on or
adjacent to any traveled way until all necessary signs and traffic control devices
are in place.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-68
000328
January 2007
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
.
.
DIVISION 2
EARTHWORK
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
Section 2-02.1 is supplemented with the following:
(******)
The following items shall be removed and disposed of:
Existing Illumination System on SR 117 (incl. 2 luminaires, and
appurtenances)
Manhole
Catch Basin
Beam Guard Rail
Guard Rail Anchor
Concrete Traffic Barrier
Paint Line
Plastic Line
Raised Pavement Marker
1 Each
6 Each
1064 LF
14 Each
186 LF
35 LF
46 LF
3 Hundred
The quantities listed are only for the convenience of the Contractor in determining
the volume of work involved and are not guaranteed to be accurate. The
prospective bidders shall verify these quantities before submitting a bid.
2-02.3 Construction Requirements
Section 2-02.3 is supplemented with the following:
(******)
Plans of the existing bridge(s) are available at the Project Engineer's Office for
the prospective bidder's inspection.
Creosoted Timber Removal and Disposal
Recycling shall be the primary means of disposal, with these following limitations:
1. Any unused pieces, after all recycling efforts have been exhausted, must
be disposed of as dangerous waste either to a landfill or an appropriate
Treatment, Storage and Disposal facility.
2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage
Structures
Section 2-02.3(2) is supplemented with the following:
(June 26, 2000)
The Contractor shall remove existing Bridge *** No. 117/5 Over Tumwater Creek
and 8th S1. Over Valley Creek *** after routing traffic onto *** the detour route as
shown in the plans ***.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02- 15
N-70
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
1-10.2(1)
Traffic Control Management
.
General
(August 2,2004)
Section 1-10.2(1) is supplemented with the following:
The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
401 Pontius Ave. N.
Seattle, WA 98109
1-800-521-0778 or
(206) 382-4090
END OF DIVISION 1
.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-69
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
(June 26, 2000)
Bridge Demolition Plan
The Contractor shall submit a bridge demolition plan with working drawings and
calculations to the Engineer for approval in accordance with Section 6-01.9,
showing the method of removing the existing bridge(s), or portions of bridges, as
specified.
The bridge demolition plan shall show support bents, bracing, guys, lifting
devices, lifting attachments, the sequence of demolition and removal, the type of
equipment to be used in all demolition and removal operations, the location of
cranes and barges, the location of support or lifting points, and the weights of
structure parts being removed. The plan shall include a crane stability analysis
and crane load calculations based on the controlling crane picks of the
Contractor's plan. The plan shall detail the containment, collection, and disposal
of all debris. The plan shall show all stages of demolition.
The Contractor shall not begin removal operations until receiving the Engineer's
approval of the bridge demolition plan.
Use of Explosives
(June 26, 2000)
Explosives shall not be used in the demolition.
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
(******)
The Contractor is encouraged to salvage and recycle materials, especially large
sections of metal and wood structure. The recycling of concrete and asphalt
debris is also encouraged.
2-02.4 Measurement
Section 2-02.4 is supplemented with the following:
No specific unit of measurement shall apply to the lump sum item of removal and
disposal of structures and obstructions.
2-02.5 Payment
Section 2-02.5 is supplemented with the following:
(June 26, 2000)
"Removing Existing Bridge
", lump sum.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.4 Measurement
Section 2-03.4 is supplemented with the following:
(March 13, 1995)
Only one determination of the original ground elevation will be made on this
project. Measurement for roadway excavation and embankment will be based on
the original ground elevations recorded previous to the award of this contract.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-71
000328
January 2007
1 Control stakes will be set during' construction to provide the Contractor with all
2 essential information for the construction of excavation and embankments.
3
4 If discrepancies are discovered in the ground elevations which will materially
5 affect the quantities of earthwork, the original computations of earthwork
6 quantities will be adjusted accordingly.
7
8 Earthwork quantities will be computed, either manually or by means of electronic
9 data processing equipment, by use of the average end area method or by the
10 finite element analysis method utilizing digital terrain modeling techniques.
11
12 Copies of the ground cross-section notes will be available for the bidder's
13 inspection, before the opening of bids, at the Project Engineer's office and at the
14 Region office.
15
16 Upon award of the contract, copies of the original ground cross-sections will be
17 furnished to the successful bidder on request to the Project Engineer.
18
19 2-09 STRUCTURE EXCAVATION
20
21 2-09.3 Construction Requirements
22
23 2~09.3(1)C Removal of Unstable Base Material
24 Section 2-09.3(1)C is supplemented with the following:
25
26 (January 3, 2006)
27 If unsatisfactory foundation material, as determined by the Engineer, is
28 encountered for placing bridge footings, the foundation material shall be
29 excavated below the footing, and the unsatisfactory material replaced with gravel
30 backfill for foundation Clas's A, or lean concrete, except, when the maximum
31 design soil pressure is greater than five tons per square foot, lean concrete only
32 shall be used for replacing the unsatisfactory material.
33
34 Lean concrete shall meet the requirements of Section 6-02.
35
36 The unsatisfactory material shall be removed to a maximum of 3 feet below the
37 bottom of the footing elevation, unless the Engineer directs the Contractor to
38 excavate deeper. Excavations greater than 3 feet below the bottom of the footing
39 may require redesign of the footings and columns, for which the Engineer will
40 furnish revised plans.
41
42 2-09.5 Payment
43 Section 2-09.5 is supplemented with the following:
44
45 (March 13, 1995)
46 When lean concrete is used to backfill voids left by the removal of unsatisfactory
47 foundation material, as determined by the Engineer, payment for this work shall
48 be by force account as provided in Section 1-09.6.
49
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-72
.
.
.
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
To provide a common basis for all bidders, the Contracting Agency has estimated
the amount of force account for "Force Account Lean Concrete" and has entered
the amount in the Proposal to become a part of the total bid by the Contractor.
2-13 CONSTRUCTION ACCESS ROAD NEW SECTION
2-13.1 Description
This work consists of constructing, maintaining, and removing the temporary
construction access roads and bridges as required for the bridge construction and as
detailed in the plans.
2-13.2 Construction Requirements
Construction of the access roads and access bridges shall be within the construction
easement areas shown in the plans. Adequate care shall be taken to ensure that the
area outside of the construction easement is not disturbed. Any disturbed area outside
of these areas shall be restored to the satisfaction of the engineer at no cost to the
City.
The contractor shall be responsible for the design of any temporary access bridges.
Design Plans and calculations for temporary bridges shall be submitted to the
engineer for approval prior to construction in accordance with Section 6-02.
Adequate care shall be taken to ensure that the areas within the creeks ordinary high
water mark are not disturbed and no material shall be placed within this area.
Following construction, the temporary bridges shall be removed and the area restored
to the satisfaction of the engineer. All temporary bridge material shall remain the
property of the Contractor. All materials used to construct the temporary access road
and bridges shall be removed at the completion of the new permanent bridge
construction. The removal area shall have the top 12" of soil loosened to permit native
vegetation to reestablish.
2-13.3 Measurement
No specific unit of measurement shall apply to the lump sum price for "Construction
Access Road - Tumwater" and "Construction Access Road - Valley".
2-13.4 Payment
Payment will be made in accordance with Section 1-04.1 , for each of the following bid
items that are included in the proposal:
"Construction Access Road - Tumwater", lump sum.
"Construction Access Road - Valley", lump sum.
END OF DIVISION 2
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-73
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
DIVISION 4
BASES
4-06 ASPHALT TREATED BASE
4-06.2 Materials
Section 4-06.2 is supplemented with the following:
(October 25, 1999)
The grade of paving asphalt used in asphalt treated base shall be *** PG64-22 ***
unless otherwise ordered by the Engineer.
END OF DIVISION 4
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
IV-74
.
.
.
.
.
.
1 DIVISION 5
2 SURFACE TREATMENTS AND PAVEMENTS
3
4 5-04 HOT MIX ASPHALT
5
6 5-04.3 Construction Requirements
7
8 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture
9 (January 5,2004)
10 Section 5-04.3(8)A is supplemented with the following:
11
12 Commercial HMA Evaluation
13 The following HMA will be accepted by commercial HMA evaluation:
14
15 "HMA CI W' PG 64-22"
16
17 5-04.3(12) Joints
18 Section 5-04.3(12) is supplemented with the following:
19
20 (January 5, 2004)
21 The HMA overlay shall be feathered to produce a smooth riding connection to the
22 existing pavement.
23
24 HMA utilized in the construction of the feathered connections shall be modified by
25 eliminating the coarse aggregate from the mix at the Contractor's plant or the
26 commercial source or by raking the joint on the roadway, to the satisfaction of the
27 Engineer.
28
29 5-04.3(13) Surface Smoothness
30 (January 5,2004)
31 The second sentence of Section 5-04.3(13) is revised to read:
32
33 The completed surface of the wearing course shall not vary more than 1/4 inch
34 from the lower edge of a 10-foot straightedge placed on the surface parallel to
35 centerline.
36
37 5-04.5 Payment
38 The first sentence of Section 5-04.5 is supplemented with the following:
39
40 "HMA CI W' PG 64-22, per ton shall include the construction of butt joints, where
41 indicated on the plans and shall include application of soil residual herbicide."
42
43 END OF DIVISION 5
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
IV-75
000328
January 2007
1 DIVISION 6
2 STRUCTURES
3
4 6-01 GENERAL REQUIREMENTS FOR STRUCTURES
5
6 6-01.2 Foundation Data
7 Section 6-01.2 is supplemented with the following:
8
9 (June 26, 2000)
10 The attached log of test boring pages is reproductions of the original Log of Test
11 Boring for the test holes shown in the Plans.
12
13 The Contractor should review the geotechnical recommendations report prepared
14 for this project. Copies of the geotechnical recommendations report are available
15 for review by prospective bidders at the location specified in Section 1-02.4 as
16 supplemented in these Special Provisions.
17
18 (August 6, 2001)
19 The Contractor should also review the Summary of Geotechnical Conditions in
20 the Appendix to the Special Provisions.
21
22 6-02 CONCRETE STRUCTURES
23
24 6-02.2 Materials
25 Section 6-02.2 is supplemented with the following:
26
27 (August 5, 2002)
28 Resin Bonded Anchors
29 The resin bonded anchor system shall include the nut, washer, and threaded
30 anchor rod which is installed into hardened concrete with a resin bonding
31 material. The resin bonded anchor system shall conform to the following
32 requirements:
33
34 1. Threaded Anchor Rod and Nuts
35 Threaded anchor rods shall conform to ASTM A 193 Grade B7 or
36 ASTM A 449, except as otherwise noted, and be fully threaded.
37 Threaded anchor rods for stainless steel resin bonded anchor systems
38 shall conform to ASTM F 593 and shall be Type 304 unless otherwise
39 specified.
40
41 Nuts shall conform to AASHTO M 291, Grade DH, except as otherwise
42 noted. Nuts for stainless steel resin bonded anchor systems shall
43 conform to ASTM F 594 and shall be Type 304 unless otherwise
44 specified.
45
46 Washers shall conform to AASHTO M 293, except as otherwise noted.
47 Washers for stainless steel resin bonded anchor systems shall conform
48 to ANSI B 18.22.1 and shall be Type 304 Stainless Steel unless
49 otherwise specified.
50
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
IV-76
000328
January 2007
.
.
.
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Nuts and threaded anchor rods, except those manufactured of stainless
steel, shall be galvanized in accordance with AASHTO M 232.
Galvanized threaded anchor rods shall be tested for embrittlement after
galvanizing, in accordance with Section 9-06,5(4).
Threaded anchor rods used with resin capsules shall have the tip of the
rod chiseled in accordance with the resin capsule manufacturer's
recommendations. Galvanized threaded rods shall have the tip chiseled
prior to galvanizing.
2. Resin Bonding Material
Resin bonding material shall be one of the following:
a. Vinylester resin.
b. Polyester resin.
c. Methacrylate resin.
d. A two component epoxy resin which meets the requirements of
ASTM C 881, Type IV. The grade and class of the epoxy resin
shall be as recommended by the epoxy resin manufacturer and
as approved by the Engineer.
3. Ultimate Anchor Tensile Capacity
Resin bonded anchors shall each have the following minimum ultimate
tensile load capacity when installed in concrete having a maximum
compressive strength of 6000 pounds per square inch (psi) at the
embedment specified below:
Anchor
Diameter (inch)
3/8
1/2
5/8
3/4
7/8
1
1-1/4
Tensile
Capacity (Ibs.)
7,800
12,400
19,000
27,200
32,000
41 ,000
70,000
Embedment
(inch)
3-3/8
4-1 /2
5-5/8
6-3/4
7 -7/8
9
11-1/4
(August 5, 2002)
Fractured Fin Finish
The fractured fin finish shall be accomplished by the use of a form liner selected
from the approved products listed in the WSDOT Qualified Products List (QPL),
latest edition.
The height of the form liner shall be equal to or greater than the height of the
formed surface. Only elastomeric form liners are allowed to have horizontal
splices.
CITY OF PORT ANGELES
Sib Street Bndge Replacements
Project 02-15
IV-77
000328
January 2007
1 (Apri/7,2003) .
2 Pigmented Sealer
3 The pigmented sealer shall be a semi-opaque colored toner containing only
4 methyl methacrylate-ethyl acrylate copolymer resins, toning pigments suspended
5 in solution at all times by a chemical suspension agent, and solvent. Toning
6 pigments shall be laminar silicates, titanium dioxide, and inorganic oxides only.
7 There shall be no settling or color variation. Use of vegetable or marine oils,
8 paraffin materials, stearates, or organic pigments in any part of coating
9 formulation will not be permitted.
10
11 The color shall match the color chip Washington Gray. Pigmented sealer color
12 chips are available from the State Bridge and Structures Architect, WSDOT
13 Bridge and Structures Office, P. O. Box 47340, Olympia, WA 98504-7340.
14
15 The pigmented sealer shall be selected from the approved products listed in the
16 WSDOT Qualified Products List, latest edition.
17
18 (January 5,2004)
19 Strip Seal Expansion Joint System
20 The metal components shall conform to ASTM A 36, ASTM A 992, or ASTM A
21 572, and shall be protected against corrosion by one of the following methods:
22
23 1. Zinc metallized in accordance with the Special Provision METALLIC
24 COATINGS.
25 .
26 2. Hot-dip galvanized in accordance with MSHTO M 111.
27
28 3. Paint in accordance with Section 6-07.3(1). The color of the final coat
29 shall be Washington Gray. The surfaces embedded in concrete shall be
30 painted only with a shop coat of inorganic zinc silicate paint.
31
32 The strip seal gland shall be continuous for the full length of the joint with no
33 splices permitted, unless otherwise shown in the Plans.
34
35 Bridge Supported Utilities
36
37 (June 26, 2000)
38 Inserts shall be of the type and model specified in the Plans. Inserts shall be
39 galvanized in accordance with MSHTO M 111.
40
41 6-02.3 Construction Requirements
42 Section 6-02.3 is supplemented with the following:
43
44 Bridge Supported Utilities
45
46 (June 26, 2000)
47 The Contractor shall furnish and install inserts for the bridge utility supports as
48 shown in the Plans. The Contractor shall verify that the hanger rods freely hang
49 plumb in their inserts, and shall make adjustments to the inserts as necessary .
50 and as approved by the Engineer prior to utility installation.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-78
000328
January 2007
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
6-02.3(5)
Acceptance of Concrete
6-02.3(5)8 Certification of Compliance
Section 6-02.3(5)8 is supplemented with the following:
(April 30, 2001)
When combined aggregate gradation is used for structural concrete, the
Certificate of Compliance shall include:
Manufacturer plant (batching facility)
Contracting Agency contract number
Date
Time batched
Truck No.
Initial revolution counter reading
Quantity (quantity batched this load)
Type of concrete by class and producer design mix number
Cement producer, type, and Mill Certification No. (The mill test number as
required by Section 9-01.3)
Fly ash (if used) brand and type
Mix design weight per cubic yard and actual batched weights for:
Cement
Fly ash (if used)
Aggregate components and moisture contents (each size)
Water (including free moisture in aggregates)
Admixtures brand and total quantity batched
Air-entraining admixture
Water reducing admixture
Other admixtures
6-02.3(5)C Conformance to Mix Design
Section 6-02.3(5)C is supplemented with the following:
(January 5,2004)
When combined aggregate gradation is used for structural concrete, the specified
fine and coarse aggregate weight tolerance shall ~ot apply.
6-02.3(13) Expansion Joints
Section 6-02.3(13) is supplemented with the following:
(June 26, 2000)
Strip Seal Expansion Joint System
The Contractor shall submit working drawings of the expansion joint system to the
Engineer for approval in accordance with Section 6-03.3(7). These plans shall
include but not be limited to the following:
1. Plan, elevation, and sections of the joint system and all components,
with dimensions and tolerances.
2. All material designations.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
N-79
000328
January 2007
~ 3. Manufacturer's written installation procedure. .
3 4. Corrosion protection system used on the metal components.
4
5 5. Locations of welded shear studs, lifting mechanisms, temperature
6 setting devices, and construction adjustment devices.
7
8 6. Method of sealing the system to prevent leakage of water through the
9 joint.
10
11 The strip seal shall be removable and replaceable.
12
13 Other than items shown in the Plans, threaded studs used for construction
14 adjustments are the only items that may be welded to the steel shapes provided
15 they are removed by grinding after use, and the area repaired by application of an
16 approved corrosion protection system.
17
18 If the opening between the steel shapes is anticipated to be less than 1 Y2 inches
19 at the time of seal installation, the seal may be installed prior to encasement of
20 the steel shapes in concrete.
21
22 After the joint system is installed, the joint shall be flooded with water and
23 inspected, from below the joint, for leakage. If leakage is observed, the joint
24 system shall be repaired by the Contractor, as recommended by the
25 manufacturer and approved by the Engineer, at no additional cost to the
26 Contracting Agency. .
27
28 6-02.3(14) Finishing Concrete Surfaces
29 Section 6-02.3(14) is supplemented with the following:
30
31 (June 26, 2000)
32 General Requirements for Concrete Surface Finishes Produced by Form
33 Liners
34 Horizontal and vertical joints shall be spliced in accordance with the
35 manufacturer's printed instructions. A copy of these printed instructions shall be
36 submitted to the Engineer prior to placement of the form liners. The Contractor
37 shall not place concrete against the form liners until receiving the Engineer's
38 approval of the forms and splices.
39
40 Horizontal splicing of ASS and plastic form liners to achieve the required height is
41 not permitted and there shall be no horizontal joints. The concrete formed with
42 ASS and plastic form liners shall be given a light sandblast to remove the glossy
43 finish.
44
45 Side forms, traffic barrier forms, and pedestrian barrier forms using these form
46 liners may be removed after 24 hours provided a water reducing admixture
47 approved by the Engineer is used in the concrete, and the concrete reaches
48 1,400 psi minimum compressive strength before form removal. Concrete in load
49 supporting forms utilizing these form liners shall be cured in accordance with
50 Section 6-02.3(17)N. Once the forms are removed, the Contractor shall treat the .
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV -80
000328
January 2007
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
.
.
joint areas by patching or light sandblasting as required by the Engineer to
ensure that the joints are not visible.
Form liners shall be cleaned, reconditioned, and repaired before each use. Form
liners with repairs, patches, or defects which, in the opinion of the Engineer,
would result in adverse effects to the concrete finish shall not be used.
Care shall be taken to ensure uniformity of color throughout the textured surface.
A change in form release agent will not be allowed.
All surfaces formed by the form liner shall also receive a Class 2 surface finish.
Form ties shall be a type that leaves a clean hole when removed. All spa lis and
form tie holes shall be filled as specified for a Class 2 surface finish.
(June 26, 2000)
Fractured Fin Finish
Form liners shall be placed with fins and joints normal to grade for barrier
applications and vertical (or as shown in the Plans) for other applications.
Horizontal joints in the elastomeric form liners are permitted on surfaces greater
than 8 feet in height provided that the minimum form liner panel dimension is
8 feet.
(August 1, 2005)
Pigmented Sealer
The Contractor shall submit a one-quart wet sample, a draw down color sample
and spectrophotometer or colorimeter readings, taken in accordance with either
ASTM D 2244 or Color Matching Conference (CMC) standards, for each batch.
The calculated Delta E (CIELAB or CMC) shall not exceed 1.0 deviation from the
color chip specified and available from the Contracting Agency. The Contractor
shall label each wet sample and draw down color sample with the batch number.
The Contractor shall not begin applying pigmented sealer until receiving the
Engineer's written approval of the pigmented sealer color samples.
All surfaces to be sealed shall receive a Class 2 finish, (except that concrete
barrier surfaces shall be finished in accordance with Section 6-02.3(11 )A) and
shall receive a light brush sandblasting in order that complete neutralization of
the surface and subsequent penetration of the pigmented sealer is achieved. All
curing agents and form release agents shall be removed. The surface shall be
dry, clean and prepared in accordance with manufacturer's written instructions.
The Contractor shall submit four copies of the manufacturer's written instructions.
The pigmented sealer shall be spray applied in accordance with the
manufacturer's written instructions for application, qualification of applicator, rate
of application, and number of coats to apply. Sealer shall be applied only when
the air temperature is at or above 50F. Sealer shall not be applied until the
concrete has cured for at least 28 days. It shall not be applied upon damp
surfaces, nor shall it be applied when the air is misty, or otherwise unsatisfactory
for the work, in the opinion of the manufacturer or the Engineer. The final
appearance shall have an even and uniform color acceptable to the Engineer.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-81
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
'39
40
41
42
43
44
45
46
47
48
49
50
For concrete surfaces such as columns, retaining walls and abutments, the
pigmented sealer shall extend to 1 foot below the finish ground line, unless
otherwise shown in the Plans.
.
(August 5, 2002)
6-02.3(18) Placing Anchor Bolts
Section 6-02.3(18) is supplemented with the following:
Resin Bonded Anchors
The Contractor shall submit item 1 and 2 to the Engineer for all resin bonded
anchor systems. If the resin bonded anchor system and anchor diameter are not
listed in the current WSDOT Qualified Products List, the Contractor shall also
submit item 3 to the Engineer.
1. The resin manufacturer's written installation procedure for the anchors.
Resin bonding material used in overhead and horizontal application
shall be specifically recommended by the resin manufacturer for those
applications.
2. The manufacturer's certificate of compliance for the threaded anchor rod
certifying that the anchor rod meets the requirements of this Special
Provision. '
3. Test results' by an independent laboratory certifying that the threaded
anchor rod system meets the ultimate anchor tensile load capacity
specified in Section 6-02.2 as supplemented in these Special
Provisions. The tests shall be performed in accordance with
ASTM E 488.
.
The embedment depth of the anchors shall be as specified in the Plans. If the
embedment depth of the anchor is not specified in the Plans then the embedment
depth shall be as specified in the table of minimum and maximum torque below.
The anchors shall be installed in accordance with the resin manufacturer's written
procedure.
Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary
hammer drill when core drilling is not specified in the Plans. If holes are core
drilled, the sides of the holes shall be roughened with a rotary hammer drill after
core drilling.
Holes shall be prepared in accordance with the resin manufacturer's
recommendations and shall meet the minimum requirements as specified herein.
Holes drilled into concrete shall be thoroughly cleaned of debris, dust, and
laitance prior to installing the threaded rod and resin bonding material. Holes shall
not have any standing liquid at the time of installation of the threaded anchor rod.
Threaded anchors shall not be installed in submerged liquid environments unless
specifically recommended by the resin manufacturer. The Contractor shall submit
tests performed by an independent laboratory which certifies that anchors
.
CITY OF PORT ANGELES
8111 Street Bridge Replacements
Project 02-15
000328
January 2007
IV -82
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
installed in a submerged environment meet the strength requirements specified in
Section 6-02.2 as supplemented in these Special Provisions.
The anchor nuts shall be tightened to the following torques when the embedment
equals or exceeds the minimum embedment specified.
Minimum
Anchor Minimum Maximum Embedment
Diameter (inch) Torque (ft-Ibs) Torque (ft-Ibs) (Inch)
3/8 12 18 3-3/8
1/2 22 35 4-1/2
5/8 55 80 5-5/8
3/4 106 140 6-3/4
7/8 165 190 7-7/8
1 195 225 9
1-1/4 370 525 11-1/4
When the anchor embedment depth is less than the minimum values
specified, the anchor nuts shall be tightened to the torque values specified in
the Plans, or as recommended by the resin bonded anchor system
manufacturer and approved by the Engineer.
6-02.4 Measurement
Section 6-02.4 is supplemented with the following:
Summary of Quantities for Superstructure and Roadway Deck (June
26, 2000)
*** Superstructure - Tumwater Creek and Superstructure - Valley Creek***
contains the following approximate quantities of materials and work:
*** Superstructure - Tumwater Creek
Epoxy Coated S1. Reinf. Bar
S1. Reinf. Bar
Concrete Class 40000
Concrete Class 4000
Elastomeric Bearing Pad
Transverse Elastomeric Girder Stop Pad
321,600 LBS.
33,560 LBS.
1,295 C.Y.
360 C.Y.
10 EACH
20 Each
Superstructure - Valley Creek
Epoxy Coated S1. Reinf. Bar
S1. Reinf. Bar
Concrete Class 40000
Concrete Class 4000
Elastomeric Bearing Pad
Transverse Elastomeric Girder Stop Pad
321,600 LBS.
33,560 LBS.
1,295 C.Y.
360 C.Y.
10 EACH
20 Each ***
The quantities are listed only for the convenience of the Contractor in determining
the volume of work involved and are not guaranteed to be accurate. The
prospective bidders shall verify these quantities before submitting a bid. No
adjustments other than for approved changes will be made in the lump sum
CITY OF PORT ANGELES
81h Street Bridge Replacements
Project 02- 15
IV-83
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
contract price for *** "Superstructure - Tumwater Creek" and "Superstructure -
Valley Creek" *** even though the actual quantities required may deviate from
those listed.
.
(June 26, 2000)
Expansion joint system *** strip *** seal - superstr. will be measured by the linear
foot along its completed line and slope.
(BSP December 5, 2005)
Prestressed concrete girder will be measured by the linear foot of girder specified
in the Proposal, including adjustments to the Plan quantity made in accordance
with Section 1-04.4.
6-02.5 Payment
The first bid item under Section 6-02.5 is supplemented with the following:
(June 26, 2000)
All costs in connection with producing *** fractured fin *** finish on concrete
surfaces as specified shall be included in the unit contract price per cubic yard for
"Cone. Class ". If the concrete is to be paid for other than by class of
concrete then the costs shall be included in the applicable adjacent item of work.
(June 26, 2000)
All costs in connection with furnishing and applying pigmented sealer on concrete
surfaces as specified shall be included in the unit contract price per cubic yard for
"Cone. Class ". If the concrete is to be paid for other than by class of
concrete then the costs shall be included in the applicable adjacent item of work.
.
The third bid item under Section 6-02.5 is supplemented with the following:
(June 26, 2000)
All costs in connection with *** furnishing and installing inserts for the bridge utility
supports *** shall be included in the lump sum contract price for
"Superstructure - "
The fifth and sixth bid items under Section 6-02.5 are supplemented with the
following:
(June 26, 2000)
All costs in connection with drilling holes in concrete and setting steel reinforcing
bar dowels with epoxy resin as specified shall be included in the unit contract
price per pound for "St. Reinf. Bar " or "Epoxy-Coated St. Reinf. Bar "
as applicable. If the steel reinforcing bars are to be paid for other than by type of
bar then the costs shall be included in the applicable adjacent item of work.
Section 6-02.5 is supplemented with the following:
(June 26, 2000)
"Expansion Joint System
- Superstr.", per linear foot.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-1 5
000328
January 2007
IV -84
.
.
.
1 (BSP December 5, 2005)
2 "Prestressed Conc. Girder ", per linear foot.
3 The unit contract price per linear foot for "Prestressed Conc. Girder " shall
4 be full pay for performing the work as specified, including shop drawing
5 submittals, fabrication, storage, handling, shipping, erection, furnishing and
6 removing oak block wedges, furnishing and removing temporary bracing, and
7 furnishing and cutting temporary strands. For deck bulb tee girders and PCPS
8 members, all work related to equalizing girder camber, connecting weld-ties, and
9 grouting keyways, shall also be included. For spliced prestressed concrete
10 girders, all work related to cast-in-place concrete closures and post-tensioning
11 shall be included. Payment will be made based on the quantity specified in the
12 Proposal, unless changes are made to this quantity in accordance with Section 1-
13 04.4, in which case the quantity specified in the Proposal will be adjusted by the
14 amount of the change and will be paid for in accordance with Section 1-04.4.
15
16 (June 26,2000)
17 Bridge and Structures Minor Items
18 For the purpose of payment, such bridge and structures items as *** premolded
19 joint filler, expanded polystyrene, utility inserts, anchor bolts, *** etc., for which
20 there is no pay item included in the proposal, are considered as bridge and
21 structures minor items. All costs in connection with furnishing and installing these
22 bridge and structures minor items as shown and noted in the Plans and as
23 outlined in these specifications and in the Standard Specifications shall be
24 included in the *** applicable adjacent items of work. ***
25
26 6-06 BRIDGE RAILINGS
27
28 6-06.3 Construction Requirements
29
30 6-06.3(2) Metal Railings
31 Section 6-06.3(2) is supplemented with the following:
32
33 (******)
34 Alt. B Bridge Railing
35 The Alt. B bridge railing shall be fabricated as detailed in the Plans. The finished
36 rail assemblies shall be galvanized after fabrication in accordance with
37 AASHTO M 111.
38
39 6-06.4 Measurement
40 Section 6-06.4 is supplemented with the following:
41
42 (******)
43 Alt. B Bridge Railing will be measured by the linear foot along the line and slope
44 at the base of the competed rail.
45
46 6-06.5 Payment
47 Section 6-06.5 is supplemented with the following:
48
49 (******)
50 "Alt. B Bridge Railing", per linear foot.
CITY OF PORT ANCELES
8th Street Bndge Replacements
Project 02-15
IV -85
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
6-10 CONCRETE BARRIER
.
6-10.4 Measurement
Section 6-10.4 is supplemented with the following:
(******)
Pedestrian Barrier, Alt. A Pedestrian Barrier, and Alt. B Pedestrian Barrier, will be
measured by the linear foot along its completed line and slope at the face of the
barrier.
Pedestrian Barrier With Structural Slab, Alt. A Pedestrian Barrier With Structural
Slab, and Alt. B Pedestrian Barrier With Structural Slab will be measured by the
linear foot along the completed line and slope at the face of the barrier.
6-10.5 Payment
Section 6-10.5 is supplemented with the following:
(******)
"Pedestrian Barrier", per linear foot.
"Alt. A Pedestrian Barrier", per linear foot.
"Alt. B Pedestrian Barrier", per linear foot.
"Pedestrian Barrier With Structural Slab", per linear foot.
"Alt. A Pedestrian Barrier With Structural Slab", per linear foot.
"Alt. B Pedestrian Barrier With Structural Slab", per linear foot.
6-19 SHAFTS
New Section
.
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
6-19.1 Description
1.01 Shafts
A. This item of work shall consist of furnishing all materials, labor, tools,
equipment, services, and incidentals necessary to construct the shafts in
accordance with the Plans, the Standard Specifications, and the Special
Provisions.
6-19.2 Materials
2.01 Casing
A. All permanent casing shall be of steel base metal conforming to ASTM A 36.
All permanent casing shall be of ample strength to resist damage and
deformation from transportation and handling, installation stresses, and all
pressures and forces acting on the casing.
All temporary casing shall be a smooth wall structure of steel base metal,
except where corrugated metal pipe is shown in the Plans as an acceptable
alternative material. All temporary casing shall be of ample strength to resist
damage and deformation from transportation and handling, installation and
extraction stresses, and all pressures and forces acting on the casing. The
casing shall be capable of being removed without deforming and causing
damage to the completed shaft, and without disturbing the surrounding soil.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
PrOject 02-15
IV-.86
000328
January 2007
.
.
.
1 B. Permanent casing is defined as casing designed as part of the shaft
2 structure and installed to remain in place after construction is complete.
3 Temporary casing is defined as casing installed to facilitate shaft construction
4 only, which is not designed as part of the shaft structure, and which shall be
5 completely removed after shaft construction is complete, unless otherwise
6 shown in the Plans.
7
8 C. The casing shall be watertight and clean prior to placement in the
9 excavatio"n.
10
11 D. The outside diameter of the casing shall not be less than the specified
12 diameter of the shaft. The inside diameter of the casing shall not be greater
13 than the specified diameter of the shaft plus six inches, except as otherwise
14 noted for shafts 5'-0" or less in diameter, and as otherwise noted in
15 subsection 3.03.C of this Special Provision for temporary telescoping casing.
16 The inside diameter of casings for shafts 5'-0" or less in diameter shall not be
17 greater than the specifi,ed diameter of the shaft plus 1 '-0".
18
19 E. Where the minimum thickness of the casing is specified in the Plans, it is
20 specified to satisfy structural design requirements only. The Contractor shall
21 increase the casing thickness as necessary to satisfy the requirements of
22 item A of this section.
23
24 2.02 Reinforcing Steel
25
26 A. Reinforcing steel used in the construction of shafts shall conform to Section
27 9-07.
28
29 B. Steel reinforcing bar centralizers shall be steel, conforming to the details
30 shown in the Plans. The Contractor may propose the use of alternative steel
31 reinforcing bar devices as part of item 7 of the shaft installation plan
32 submittal, as specified in subsection 3.02.B of this Special Provision, subject
33 to the Engineer's review and approval of such devices.
34
35 2.03 Concrete
36
37 A. Concrete used in the construction of shafts shall be Class 4000P conforming
38 to Section 6-02.
39
40 B. When shafts are constructed in water, the concrete used for the casing
41 shoring seal shall be Class 4000W conforming to Section 6-02.
42
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-87
000328
January 2007
1 2.04 Slurry
2 .
3 Slurry shall conform to one of the following:
4
5 A. Mineral Slurry
6
7 1. Mineral slurry shall conform to the following requirements:
8
Property Test Requirement
Density (pcf) Mud Weight (Density) 64.3 to 75
API 138-1 , Section 1
Viscosity Marsh Funnel and 26 to 50
(seconds/quart) Cup API 13b-1 ,
Section 2.2
PH Glass Electrode, pH 8t011
Meter, or pH Paper
Sand Content Sand API 138-1,
(percent) Section 5
-prior to final cleaning 4.0 max.
-immediately prior to .
placing concrete
4.0 max.
9
10 Use of mineral slurry in salt water installations will not be allowed.
11
12 Slurry temperature shall be at least 40F when tested.
13 8. Synthetic Slurries
14
15 1. Synthetic slurries shall be used in conformance with the manufacturer's
16 recommendations, the quality control plan specified in subsection
17 3.02.8.5 of this Special Provision, and these Special Provisions. The
18 following synthetic slurries are approved as slurry systems, with
19 additives that have been load tested for the California Department of
20 Transportation:
21
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-88
000328
January 2007
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Product
Novagel
Manufacturer
Geo-Tech SeNices, LLC
220 North Zapata Highway, Suite 11 A
Laredo, TX 78043-4464
CETCO
1500 West Shure Drive
Arlington Heights IL, 60004
KB International, LLC
Suite 216, 735 Broad Street
Chattanooga, TN 37402-1855
PDS Company
8140 East Rosecrans Ave.
Paramount, CA 90723-2754
ShorePac GCV
SlurryPro CDP
Super Mud*
*Approval as a product applies to the liquid product only.
Other synthetic slurry products may be approved for use provided the
product meets the acceptance criteria established by WSDOT, including
status as an approved synthetic slurry (with load tested additives) with
the California Department of Transportation (Caltrans).
2. The sand content of synthetic slurry prior to final cleaning and
immediately prior to placing concrete shall be less than 2.0 percent, in
accordance with API 13B-1 , Section 5.
C. Water Slurry (with or without site soils)
1. Water with or without site soils may be used as slurry when casing is
used for the entire length of the drilled hole. Use of water slurry without
full length casing may only be used with the approval of the Engineer.
2. Water slurry shall conform to the following requirements:
Property
Density (pcf)
Test
Mud Weight
(Density) API 138-1,
Section 1
Sand API 138-1,
Section 5
Requirement
70 max.
Sand Content
(percent)
4.0 max.
21
22 Use of water slurry in salt water installations will not be allowed.
23
24 Slurry temperature shall be at least 40F when tested.
25
26 2.05 Access Tubes for Crosshole Sonic Log Testing
27
28 A. Access tubes for crosshole sonic log testing shall be steel pipe of
29 0.145 inches minimum wall thickness and at least 1-1/2 inch inside diameter.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-89
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50,
51
B. The access tubes shall have a round, regular inside diameter free of defects
and obstructions, including all pipe joints, in order to permit the free,
unobstructed passage of 1.3 inch maximum diameter source and receiver
probes used for the crosshole sonic log tests. The access tubes shall be
watertight, free from corrosion with clean internal and external faces to
ensure good bond between the concrete and the access tubes. The access
tubes shall be fitted with watertight threaded PVC caps on the bottom and
the top.
2.06 Grout
.
A. Grout for filling the access tubes at the completion of the cross hole sonic log
tests shall be a neat cement grout with a maximum water/cement ratio of
0.45.
6-19.3 Construction Requirements
3.01 Quality Assurance
A. Shaft Construction Tolerances
1. Shafts shall be constructed so that the center at the top of the shaft is
within the following horizontal tolerances:
Shaft Diameter
Tolerance
.
Less than or equal to 2'-0" 3"
Greater than 2'-0" and less than 5'-0" 4"
5'-0" or larger 6"
2. Shafts shall be within 1.5 percent of plumb. For rock excavation,
allowable tolerance can be increased to 2 percent max.
3. During drilling or excavation of the shaft, the Contractor shall make
frequent checks on the plumbness, alignment, and dimensions of the
shaft. Any deviation exceeding the allowable tolerances shall be
corrected with a procedure approved by the Engineer.
4. Shaft steel reinforcing bar placement tolerances shall conform to
Section 6-02.3(24)C.
B. Nondestructive Testing of Shafts
1. Unless otherwise specified in. this Special Provision, the Contracting
Agency will perform cross hole sonic log testing of specific shafts, except
for those constructed completely in the dry, selected in accordance with
subsection 3.09.A of this Special Provision. The Contractor shall
accommodate the crosshole sonic log testing by furnishing and installing
access tubes in accordance with subsection 3.06.A of this Special
Provision.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-90
.
.
.
1 C. Shaft Preconstruction Conference
2
3 1 . A shaft preconstruction conference shall be held at least five working
4 days prior to the Contractor beginning any shaft construction work at the
5 site to discuss construction procedures, personnel, and equipment to be
6 used, and other elements of the approved shaft installation plan as
7 specified in subsection 3.02.B of this Special Provision. If synthetic
8 slurry is used to construct the shafts, the frequency of scheduled site
9 visits to the project site by the synthetic slurry manufacturer's
10 representative will be discussed. The list of materials specified in the
11 Record of Materials (ROM) form for this item of work will also be
12 discussed. Those attending shall include:
13
14 a. (representing the Contractor) The superintendent, on site
15 supervisors, and all foremen in charge of excavating the shaft,
16 placing the casing and slurry as applicable, placing the steel
17 reinforcing bars, and placing the concrete. If synthetic slurry is
18 used to construct the shafts, the slurry manufacturer's
19 representative and a Contractor's employee trained in the use
20 of the synthetic slurry, as identified to the Engineer in
21 accordance with subsection 3.02.C of this Special Provision,
22 shall also attend.
23
24 b. (representing the Contracting Agency) The Project Engineer,
25 key inspection personnel, and representatives from the
26 WSDOT Construction Office and Materials Laboratory
27 Geotechnical Branch.
28
29 2. If the Contractor's key personnel change, or if the Contractor proposes a
30 significant revision of the approved shaft installation plan, an additional
31 conference shall be held before any additional shaft construction
32 operations are performed.
33
34 3.02 Submittals
35
36 A. Construction Experience
37
38 1. Prior to the start of drilled shaft construction, the Contractor shall submit
39 four copies of a project reference list to the Engineer for approval
40 verifying the successful completion by the Contractor of at least three
41 separate foundation projects with drilled shafts of diameters, depths,
42 and ground conditions equal to or larger than those shown in the Plans.
43 A brief description of each project and the owner's contact person's
44 name and current phone number shall be included for each project
45 listed.
46
47 2. Prior to the start of drilled shaft construction, the Contractor shall submit
48 four copies of a list identifying the on-site supervisors, and drill rig
49 operators assigned to the project to the Engineer for approval. The list
50 shall contain a detailed summary of each individual's experience in shaft
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-91
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27'
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
excavation operations, and placement of assembled steel reinforcing
bar cages and concrete in shafts.
.
a. On-site supervisors shall have ~ minimum two years
experience in supervising construction of drilled shaft
foundations of similar size (diameter and depth) and scope to
those shown in the Plans, and similar geotechnical conditions
to those described in the geotechnical report and summary of
geotechnical conditions. The work experience shall be direct
supervisory responsibility for the on-site shaft construction
operations. Project management level positions indirectly
supervising on-site shaft construction operations are not
acceptable for this experience requirement.
b. Drill rig operators shall have a minimum one year experience in
construction of drilled shaft foundations.
3. The Engineer will approve or reject the Contractor's qualifications and
field personnel within 10 working days after receipt of the submission.
Work shall not be started on any drilled shaft until the Contractor's
qualifications and field personnel are approved by the Engineer. The
Engineer may suspend the drilled shaft construction if the Contractor
substitutes unqualified personnel. The Contractor shall be fully liable for
the additional costs resulting from the suspension of work and no
adjustments in contract time resulting from the suspension of work will
be allowed.
.
B. Shaft Installation Plan
The Contractor shall submit four copies of a shaft installation narrative for
approval by the Engineer. In preparing the narrative, the Contractor shall
reference the available subsurface data provided in the contract test hole
boring logs, the Summary of Geotechnical Conditions provided in the
Appendix to the Special Provisions, and the geotechnical report(s) prepared
for this project. This narrative shall provide at least the following information:
1. An overall construction operation sequence and the sequence of
drilled shaft construction.
2. List, description, and capacities of proposed equipment, including
but not limited to cranes, drills, auger, bailing buckets, final cleaning
equipment, and drilling unit. The narrative shall describe why the
equipment was selected, and describe equipment suitability to the
anticipated site and subsurface conditions. The narrative shall
include a project history of the drilling equipment demonstrating the
successful use of the equipment on shafts of equal or greater size
in similar soil/rock conditions.
3. Details of shaft excavation methods, including proposed drilling
methods, methods for cleanout of the shafts and a disposal plan for
excavated material and drilling slurry (if applicable). This shall
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-92
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
include a review of method suitability to the anticipated site and
subsurface conditions.
4. Details of the method(s) to be used to ensure shaft stability (Le.,
prevention of caving, bottom heave, etc. using temporary casing,
slurry, or other means) during excavation (including pauses and
stoppages during excavation) and concrete placement. This shall
include a review of method suitability to the anticipated site and
subsurface conditions. If casings are proposed or required, casing
dimensions and detailed procedures for permanent casing
installation, temporary casing installation and removal, and methods
of advancing temporary and permanent casing with the excavation
in accordance with subsection 3.03.B of this Special Provision, shall
be provided.
5. Detailed procedures for mixing, using, maintaining, and disposing of
the slurry shall be provided. A detailed mix design (including all
additives and their specific purpose in the slurry mix), and a
discussion of its suitability to the anticipated subsurface conditions,
shall also be provided for the proposed slurry.
The submittal shall include a detailed plan for quality control of the
selected slurry, including tests to be performed, test methods to be
used, and minimum and/or maximum property requirements which
must be met to ensure that the slurry functions as intended,
considering the anticipated subsurface conditions and shaft
construction methods, in accordance with the slurry manufacturer's
recommendations and these Special Provisions. As a minimum, the
slurry quality control plan shall include the following tests:
Property
Density
Viscosity
Test Method
Mud Weight (Density), API 13B-1 , Section 1
Marsh Funnel and Cup,
API 13B-1 , Section 2.2
Glass Electrode, pH Meter, or pH Paper
Sand, API 13B-1 , Section 5
PH
Sand
Content
31
32
33
34
35
36
37
38
39
40
*6. The method used to fill or eliminate all voids below the top of shaft
between the plan shaft diameter and excavated shaft diameter, or
between the shaft casing and surrounding soil, if permanent casing
is specified.
7. Reinforcing steel shop drawings, details of reinforcement
placement, including bracing, centering, and lifting methods, and
the method to assure the reinforcing cage pOSition is maintained
during construction, including rock backfill below the bottom of shaft
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV -93
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
elevation provided the conditions of subsection 3.05.0 of this
Special Provision are satisfied.
.
*8. Details of concrete placement, including proposed operational
procedures for pumping methods, and a sample uniform yield form
to be used by the Contractor for plotting the volume of concrete
placed versus the depth of shaft for all shaft concrete placement
(except concrete placement in the dry).
*9. The method to be used to form an emergency horizontal
construction joint during concrete placement.
10. Description of the material used to temporarily backfill a shaft
excavation during a stoppage of the excavation operation, as well
as the method used to place and remove the material.
11. When shafts are constructed in water, the submittal shall include
seal thickness calculations, seal placement procedure, and
descriptions of provisions for casing shoring dewatering and
flooding.
*
Submittal items 6, 8, and 9 need not be included in the Shaft
Installation Plan for this project, provided that the Shaft Contractor
has already submitted these items to, and has received approval
from, the WSDOT Bridge Construction Engineer, as part of the
annual shaft installation plan review and renewal process, and also
provided that the date of the approved submittal on file with the
WSDOT Bridge Construction Engineer is within the past twelve
months.
.
The Engineer will evaluate the shaft installation plan for conformance with
the Plans, Specifications, and Special Provisions, within the review time
specified in Section 6-01.9. At the option of the Contracting Agency, a Shaft
Installation Plan Submittal Meeting may be scheduled following review of the
Contractor's initial submittal of the plan. Those attending the Shaft
Installation Plan Submittal Meeting, if held, shall include the following:
a. (representing the Contractor) The superintendent, on-site
supervisors, and other Contractor personnel involved in the
preparation of the shaft installation plan.
b. (representing the Contracting Agency) The Project Engineer, and
Contracting Agency personnel involved with the structural,
geotechnical, and construction review of the shaft installation plan.
For WSDOT administered projects, this includes representatives of
the Bridge and Structures Office, Materials Laboratory Geotechnical
Services Branch, and Construction Office.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
IV-94
.
.
.
1 C. Slurry Technical Assistance
2
3 1. If slurry other than water slurry is used to construct the shafts, the
4 Contractor shall provide or arrange for technical assistance in the use of
5 the slurry as specified in subsection 3.04.A.1 of this Special Provision.
6 The Contractor shall submit four copies of the following to the Engineer:
7
8 a. The name and current phone number of the slurry
9 manufacturer's technical representative assigned to the project.
10
11 b. The name(s) of the Contractor's personnel assigned to the
12 project and trained by the slurry manufacturer in the proper use
13 of the slurry. The submittal shall include a signed training
14 certification letter from the slurry manufacturer for each trained
15 Contractor's employee listed, including the date of the training.
16
17 D. Crosshole Sonic Log Testing Organization and Personnel
18
19 1. At least seven calendar days prior to beginning shaft construction, the
20 Contractor shall submit the name of the independent testing
21 organization, and the names of the personnel, conducting the crosshole
22 sonic log tests to the Engineer for approval. The submittal shall include
23 documentation that the qualifications specified below are satisfied. The
24 independent testing organization and the testing personnel shall meet
25 the following minimum qualifications:
26
27 a. The testing organization shall have performed crosshole sonic
28 log tests on a minimum of three deep foundation projects in the
29 last two years.
30
31 b. Personnel conducting the tests for the testing organization
32 shall have a minimum of one year experience in crosshole
33 sonic log testing and interpretation.
34 E. Work shall not begin until all the required submittals have been approved in
35 writing by the Engineer. All procedural approvals given by the Engineer will
36 be subject to trial in the field and shall not relieve the Contractor of the
37 responsibility to satisfactorily complete the work.
38
39 3.03 Shaft Excavation
40
41 A. Shafts shall be excavated to the required depth as shown in the Plans or as
42 directed by the Engineer. Once the excavation operation has been started,
43 the excavation shall be conducted in a continuous operation until the
44 excavation of the shaft is completed, except for pauses and stops as noted,
45 using approved equipment capable of excavating through the type of
46 material expected. Pauses during this excavation operation, except for
47 casing splicing and removal of obstructions, are not allowed. The Contractor
48 shall provide temporary casing at the site in sufficient quantities to meet the
49 needs of the anticipated construction method.
50
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-95
000328
January 2007
1 Pauses, defined as momentary interruptions of the excavation operation, will .
2 be allowed only for casing splicing and removal of obstructions. Shaft
3 excavation operation interruptions not conforming to this definition shall be
4 considered stops.
5
6 If the shaft excavation is not complete at the end of the shift or series of
7 continuous shifts, the shaft excavation operation may be stopped, provided
8 the following conditions are met. The Contractor shall, before the end of the
9 work day, either install casing in the hole to the depth of the excavation and
10 either the Plan diameter of the shaft or the actual excavated diameter of the
11 hole, whichever is greater, or backfill the hole with material approved by the
12 Engineer in accordance with subsection 3.02.8.10 of this Special Provision.
13 The Contractor shall backfill the hole to the ground surface, if the excavation
14 is not cased, or to a minimum of five feet above the bottom of casing, if the
15 excavation is cased. Backfilling of shafts with casing fully seated into rock, as
16 determined by the Engineer, will not be required. If slurry is present in the
17 shaft excavation, the Contractor shall conform to the requirements of
18 subsection 3.04.B of this Special Provision regarding the maintenance of the
19 minimum level of drilling slurry throughout the stoppage of the shaft
20 excavation operation, and shall recondition the slurry to the required slurry
21 properties in accordance with subsection 3.04 of this Special Provision prior
22 to recommencing shaft excavation operations.
23
24 B. The Contractor shall furnish and install casings as follows:
25 .
26 Upper
27 And Lower
28 Elev. Of Elevation Limits
29 Bottom of for Concurrent
30 Bridge Bridge Casing Required Casing Placement
31 Name Pier No. Type Casing (ft) with Excavation
32
33 Tumwater Pier 2 Lt Permanent 62.00Exist Ground to 62.00
34 Tumwater Pier 2 Rt Permanent 55.00Exist Ground to 55.00
35 Tumwater Pier 3 Lt Permanent 37.00Exist Ground to 37.00
36 Tumwater Pier 3 Rt Permanent 38.00Exist Ground to 38.00
37 Tumwater Pier 4 Lt Permanent 33.00Exist Ground to 33.00
38 Tumwater Pier 4 Rt Permanent 33.00Exist Ground to 33.00
39 Tumwater Pier 5 Lt Permanent 41.00Exist Ground to 41.00
40 Tumwater Pier 5 Rt Permanent 44.00Exist Ground to 44.00
41
42 Valley Pier 2 Lt Permanent 63.00Exist Ground to 63.00
43 Valley Pier 2 Rt Permanent 62.00Exist Ground to 62.00
44 Valley Pier 3 Lt Permanent 33.00Exist Ground to 33.00
45 Valley Pier 3 Rt Permanent 33.00Exist Ground to 33.00
46 Valley Pier 4 Lt Permanent 36.00Exist Ground to 36.00
47 Valley Pier 4 Rt Permanent 36.00Exist Ground to 36.00
48 Valley Pier 5 Lt Permanent 54.00Exist Ground to 54.00
49 Valley Pier 5 Rt Permanent 54.00Exist Ground to 54.00 .
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
IV-96
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
When installing temporary or required permanent casings between the upper
and lower elevation limits specified above, the casing shall be advanced
prior to or concurrently with the excavation. Excavation in advance of any
temporary casing tip shall not exceed ***5*** feet.
C. Where the acceleration coefficient used for seismic design of the structure,
as specified in the General Notes of the structure Plans, is less than or equal
to 0.10, the Contractor may use temporary telescoping casing for the shafts
at any bridge intermediate or interior pier, subject to the following conditions:
1. The Contractor shall submit the request to use temporary
telescoping casing to the Engineer for approval. The request shall
specify the diameters of the temporary telescoping casing, and
shall specify the shafts where use is requested. The Contractor
shall not proceed with the use of temporary telescoping casing until
receiving the Engineer's approval.
2. The minimum diameter of the shaft shall be as shown in the Plans.
3. The temporary telescoping casing shall conform to subsections
2.01.A, 2.01.8, 2.01.C, and 2.01.E of this Special Provision.
D. The Contractor shall conduct casing installation and removal operations and
shaft excavation operations such that the adjacent soil outside the casing
and shaft excavation for the full height of the shaft is not disturbed. Disturbed
soil is defined as soil whose geotechnical properties have been changed
from those of the original in-situ soil, and whose altered condition adversely
affects the structural integrity qf the shaft foundation.
E. Shaft excavations shall not be left open overnight unless cased full depth. An
open shaft excavation is defined as a shaft excavation that has not been
filled with concrete, or temporarily backfilled with a material approved by the
Engineer in accordance with stJbsection 3.02.8.10 of this Special Provision.
F. The Contractor shall use appropriate means such as a c1eanout bucket or air
lift to clean the bottom of the excavation of all shafts. No more than 2 inches
of loose or disturbed material shall be present at the bottom of the shaft just
prior to placing concrete for end bearing shafts. No more than 6 inches of
loose or disturbed material shall be present for side friction shafts. End
bearing shafts shall be assumed unless otherwise noted in the Contract.
Shafts specified as both side friction and end bearing shall conform to the
sloughing criteria specified for end bearing shafts.
G. The excavated shaft shall be inspected and approved by the Engineer prior
to proceeding with construction. The bottom of the excavated shaft shall be
sounded with an airlift pipe, a tape with a heavy weight attached to the end of
the tape, or other means acceptable to the Engineer to determine that the
shaft bottom meets the requirements in the Contract.
H. When obstructions are encountered, the Contractor shall notify the Engineer
promptly. An obstruction is defined as a specific object (including, but not
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
N-97
000328
January 2007
1 limited to, boulders, logs, and man made objects) encountered during the .
2 shaft excavation operation which prevents or hinders the advance of the
3 shaft excavation. When efforts to advance past the obstruction to the design
4 shaft tip elevation result in the rate of advance of the shaft drilling equipment
5 being significantly reduced relative to the rate of advance for the portion of
6 the shaft excavation in the geological unit that contains the obstruction, then
7 the Contractor shall remove, break-up, or push aside, the obstruction under
8 the provisions of subsection 5.01.8 of this Special Provision. The method of
9 dealing with such obstructions, and the continuation of excavation shall be
10 as proposed by the Contractor and approved by the Engineer.
11
12 I. When permanent casing is specified, excavation shall conform to the
13 specified outside diameter of the shaft. After the casing has been filled with
14 concrete, all void space occurring between the casing and shaft excavation
15 shall be filled with a material which approximates the geotechnical properties
16 of the in-situ soils, in accordance with the shaft installation plan specified in
17 subsection 3.02.8.6 of this Special Provision and as approved by the
18 Engineer.
19
20 J. Drilling equipment shall not be operated from an existing bridge, except as
21 otherwise noted. If necessary and safe to do so, and if the Contractor
22 submits a written request to the Engineer in accordance with Section 6-01.6,
23 the Engineer may approve the operation of drilling equipment on a bridge.
24
25 K. When shafts are constructed in water, the Contractor shall construct a seal .
26 between the casing shoring and the upper portion of the permanent casing
27 for the shaft as shown in the Plans, in accordance with the shaft installation
28 plan specified in subsection 3.02.8.13 of this Special Provision, and as
29 approved by the Engineer.
30
31 The seal thickness shown in the Plans is designed to resist the hydrostatic
32 uplift force with the corresponding seal weight and adhesion of the seal to
33 the permanent casing and the casing shoring of 20 psi, based on the casing
34 shoring dimension and the seal vent water surface elevation specified in the
35 Plans. If the Contractor uses a casing shoring diameter other than that
36 specified in the Plans, the Contractor shall submit a revised seal design to
37 the Engineer for approval in accordance with subsection 3.02.8.13 of this
38 Special Provision.
39
40 If, in the opinion of the Engineer, water conditions at the time of construction
41 allow the seal vent water surface elevation to be lowered, the Contractor
42 may revise the casing shoring seal by submitting a revised seal design to the
43 Engineer for approval in accordance with subsection 3.02.8.13 of this
44 Special Provision.
45
46 L. The Contractor shall use slurry, in accordance with subsection 3.04 of this
47 Special Provision, to maintain a stable excavation during excavation and
48 concrete placement operations once water begins to enter the shaft
49 excavation and remain present.
50 .
CITY OF PORT ANGELES 000328
8th Street Bridge Replacements IV-98 January 2007
Project 02-15
.
.
.
1 3.04 Slurry Installation Requirements
2
3 A. Slurry Technical Assistance
4
5 1. If slurry other than water slurry is used, the manufacturer's
6 representative,- as identified to the Engineer in accordance with
7 subsection 3.02.C of this Special Provision, shall:
8
9 a. provide technical assistance for the use of the slurry,
10
11 b. shall be at the site prior to introduction of the slurry into a drilled
12 hole, and
13
14 c. shall remain at the site during the construction and completion
15 of a minimum of one shaft to adjust the slurry mix to the
16 specific site conditions.
17
18 2. After the manufacturer's representative is no longer present at the site, the
19 Contractor's employee trained in the use of the slurry, as identified to the Engineer in
20 accordance with subsection 3.02.C of this Special Provision, shall be present at the
21 site throughout the remainder of shaft slurry operations for this project to perform the
22 duties specified in items 1 a through 1 c above.
23
24 8. Minimum Level of Slurry in the Excavation
25
26 1. When slurry is used to maintain a stable excavation, the slurry level in
27 the excavation shall be maintained above the groundwater level the
28 greater of the following dimensions, except as otherwise noted in
29 subsection 3.04.8.3 of this Special Provision:
30
31 a. not less than five feet for mineral slurries,
32
33 b. not less than ten feet for water slurries,
34
35 c. not less than ten feet for synthetic slurries, except when a
36 lesser dimension is specifically recommended by the slurry
37 manufacturer for the site Qonditions and construction method,
38 and is supported by slurry material property, mix, and
39 maintenance requirements submitted as part of item 5 of the
40 shaft installation plan in accordance with subsection 3.02.8 of
41 this Special Provision,
42
43 d. one shaft diameter,
44
45 e. dimension as required to provide and maintain a stable hole.
46
47 The Contractor shall provide casing, or other means, as necessary to
48 meet these requirements.
49
50 2. The slurry level shall be maintained above all unstable zones a sufficient
51 distance to prevent bottom heave, caving or sloughing of those zones.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-99
000328
January 2007
1 3. Throughout all stops in shaft excavation operations, as specified in .
2 subsection 3.03.A of this Special Provision, the Contractor shall monitor
3 and maintain the slurry level in the excavation the greater of the
4 following elevations:
5
6 a. no lower than the water level elevation outside the shaft,
7
8 b. elevation as required to provide and maintain a stable hole.
9
10 C. Slurry Sampling and Testing
11
12 1. Mineral slurry and synthetic slurry shall be mixed and thoroughly
13 hydrated in slurry tanks, ponds, or storage areas. The Contractor shall
14 draw sample sets from t~e slurry storage facility and test the samples for
15 conformance with the appropriate specified material properties before
16 beginning slurry placement in the drilled hole. Mineral slurry shall
17 conform to the material specifications in subsection 2.04.A of this
18 Special Provision. Synthetic slurry shall conform to the quality control
19 plan included in the shaft installation plan in accordance with subsection
20 3.02.8.5 of this Special Provision and as approved by the Engineer. A
21 sample set shall be composed of samples taken at mid-height and
22 within two feet of the bottom of the storage area.
23
24 2. The Contractor shall sample and test all slurry in the presence of the
25 Engineer, unless otherwise directed. The date, time, names of the .
26 persons sampling and testing the slurry, and the results of the tests shall
27 be recorded. A copy of the recorded slurry test results shall be submitted
28 to the Engineer at the completion of each shaft, and during construction
29 of each shaft when requested by the Engineer.
30
31 3. Sample sets of all slurry, composed of samples taken at mid-height and
32 within two feet of the bottom of the shaft, shall be taken and tested
33 during drilling as necessary to verify the control of the properties of the
34 slurry. As a minimum, sample sets of synthetic slurry shall be taken and
35 tested at least once every four hours after beginning its use during each
36 shift. Sample sets of all slurry shall be taken and tested at least once
37 every two hours if the slurry is not recirculated in the drilled hole or if the
38 previous sample set did not have consistent specified properties. All
39 slurry shall be recirculated, or agitated with the drilling equipment, when
40 tests show that the sample sets do not have consistent specified
41 properties.
42
43 4. Sample sets of all slurry, as specified, shall be taken and tested prior to
44 final cleaning of the bottom of the hole and again just prior to placing
45 concrete. Cleaning of the bottom of the hole and placement of the
46 concrete shall not start until tests show that the samples taken at ~id-
47 height and within two feet of the bottom of the hole have consistent
48 specified properties.
49 .
50 D. The Contractor shall clean, recirculate, de-sand, or replace the slurry to
51 maintain the required slurry properties.
CITY OF PORT ANGELES 000328
8th Street Bndge Replacements IV-tOO January 2007
Project 02-15
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
.
.
E. The Contractor shall demonstrate to the satisfaction of the Engineer that
stable conditions are being maintained. If the Engineer determines that
stable conditions are not being maintained, the Contractor shall immediately
take action to stabilize the shaft. The Contractor shall submit a revised shaft
installation plan which addresses the problem and prevents future instability.
The Contractor shall not continue with shaft construction until the damage
which has already occurred is repaired in accordance with the specifications,
and until receiving the Engineer's approval of the revised shaft installation
plan.
F. When mineral slurry, conforming to subsection 2.04.A of this Special
Provision, is used to stabilize the unfilled portion of the shaft, the Contractor
shall remove the excess slurry buildup inside of the shaft diameter prior to
continuing with concrete placement. The Contractor shall use the same
methods of shaft excavation and the same diameter of drill tools to remove
the excess slurry buildup as was used to excavate the shaft to its current
depth.
3.05 Assembly And Placement Of Reinforcing Steel
A. The reinforcing cage shall be rigidly braced to retain its configuration during
handling and construction. Individual or loose bars will not be permitted. The
Contractor shall show bracing and any extra reinforcing steel required for
fabrication of the cage on the shop drawings.
B. The reinforcement shall be carefully positioned and securely fastened to
provide the minimum clearances listed below, and to ensure that no
displacement of the reinforcing steel bars occurs during placement of the
concrete. The steel reinforcing bars shall be securely held in position
throughout the concrete placement operation. The Contractor shall submit
details of the proposed reinforcing cage spacers along with the shop
drawings. The reinforcing steel spacers at each longitudinal space plane
shall be placed at least at the quarter points around the circumference of the
steel reinforcing bar cage, and at a maximum longitudinal spacing of either
2.5 times the shaft diameter or 20'-0", whichever is less.
C. Place bars as shown in the contract plans with minimum concrete cover as
shown in the table below.
Shaft Diameter
Minimum Concrete Cover
Less than or equal to 3'-0"
Greater than 3'-0"
and less than 5'-0"
5'-0" or larger
3"
4"
6"
D. For shafts with temporary casing within 15 feet of the bottom of shaft
elevation as specified in the Plans, the Contractor may place quarry spa lis or
other rock backfill approved by the Engineer into the shaft below the
specified bottom of shaft elevation as a means to support the steel
CITY OF PORT ANGELES
8th Street Bridge Replacements
PrOject 02-15
IV-lOt
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
reinforcing bar cage, provided that the materials and means to accomplish .
this have been addressed by the shaft installation plan as approved by the
Engineer, as specified in subsection 3.02.B.7 of this Special Provision.
E. Shaft excavation shall not be started until the Contractor has received
approval from the Engineer for the reinforcing steel spacers required when
the casing is to be pulled during concrete placement.
3.06 Access Tubes for Cross hole Sonic Log Testing
A. The Contractor shall install access tubes for crosshole sonic log testing in all
drilled shafts, except as otherwise noted, to permit access for the cross hole
sonic log test probes. If, in the opinion of the Engineer, the condition of the
shaft excavations permit shaft construction in the dry, the Engineer may
specify that the access tubes be omitted.
B. The Contractor shall securely attach the access tubes to the interior of the
reinforcement cage of the shaft. One access tube shall be furnished and
installed for each foot of shaft diameter, rounded to the nearest whole
number, as shown in the Plans. The number of access tubes for shaft
diameters specified as "X feet 6 inches" shall be rounded up to the next
higher whole number. The access tubes shall be placed around the shaft, 0
inside the spiral or hoop reinforcement and three inches clear of the vertical
reinforcement, at a uniform spacing measured along the circle passing
through the centers of the access tubes. If the vertical reinforcement is not .
bundled and each bar is not more than one inch in diameter, the access
tubes shall be placed two inches clear of the vertical reinforcement. If these
minimums cannot be met due to close spacing of the vertical reinforcement,
then the access tubes shall be bundled with the vertical reinforcement.
C. The access tubes shall be installed in straight alignment and as near to
parallel to the vertical axis of the reinforcement cage as possible. The access
tubes shall extend from the bottom of the reinforcement cage to at least two
feet above the top of the shaft. Splice joints in the access tubes, if required to
achieve full length access tubes, shall be watertight. The Contractor shall
clear the access tubes of all debris and extraneous materials before
installing the access tubes. Care shall be taken to prevent damaging the
access tubes during reinforcement cage installation and concrete placement
operations in the shaft excavation.
D. The access tubes shall be filled with potable water as soon as possible after
concrete placement (but no later than one day after concrete placement),
and the top watertight threaded PVC caps shall be reinstalled.
3.07 Placing Concrete
A. Concrete placement shall commence immediately after completion of
excavation by the Contractor and inspection by the Engineer. Immediately
prior to commencing concrete placement, the shaft excavation and the
properties of the slurry (if used) shall conform to subsections 3.03.F and .
3.04, respectively, of this Special Provision. Concrete placement shall
CITY OF PORT ANGELES
81h Street Bndge Replacements
Project 02-15
000328
January 2007
IV-102
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
continue in one operation to the top of the shaft, or as shown in the Plans.
The Contractor shall place concrete between the upper construction joint of
the shaft and the top of the shaft in the dry.
B. When placing concrete in the dry, only the top five feet of concrete shall be
vibrated. If a temporary casing is used it shall be removed before vibration.
This requirement may be waived if a temporary casing is used and removed
with a vibratory hammer during the concrete placement operation. Vibration
of the top five feet of concrete does not affect the maximum slump allowed
for the concrete class specified.
C. If water is not present, the concrete shall be deposited through the center of
the reinforcement cage by a method which prevents segregation of
aggregates and splashing of concrete on the reinforcement cage. The
concrete shall be placed such that the free-fall is vertical down the center of
the shaft without hitting the sides, the steel reinforcing bars, or the steel
reinforcing bar cage bracing.
D. When placing concrete underwater, the Contractor shall use a concrete
pump, with a watertight tube having a minimum diameter of 4 inches. The
discharge end of the tube on the concrete pump shall include a device to
seal out water while the tube is first filled,with concrete.
E. Throughout the underwater concrete placement operation, the discharge end
of the tube shall remain submerged in the concrete at least 5 feet and the
tube shall always contain enough concrete to prevent water from entering.
The concrete placement shall be continuous until the work is completed,
resulting in a seamless, uniform shaft. If the concrete placement operation is
interrupted, the Engineer may require the Contractor to prove by core drilling
or other tests that the shaft contains no voids or horizontal joints. If testing
reveals voids or joints, the Contractor shall repair them or replace the shaft at
no expense to the Contracting Agency. Responsibility for coring costs, and
calculation of time extension, shall be in accordance with subsection 3.09.H
of this Special Provision.
F. Before placing any fresh concrete against concrete deposited in water or
slurry, the Contractor shall remove all scum, laitance, loose gravel and
sediment on the upper surface of the concrete deposited in water or slurry
and chip off any nigh spots on the upper surface of the existing concrete that
would prevent the steel reinforcing bar cage from being placed in the position
required by the Plans.
Prior to performing any of the crosshole sonic log testing operations
specified in subsection 3.09 of this Special Provision, the Contractor shall
remove the concrete at the top of the shaft down to sound concrete.
G. The Contractor's construction operation in the vicinity of a drilled shaft
excavation with freshly placed concrete and curing concrete are subject to
the following restrictions:
CITY OF PORT ANGELES
8'h Street Bridge Replacements
Project 02-15
IV-103
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
1. The Contractor shall not drive piling within the distance specified
and calculated in accordance with Section 6-05.3(11 )H.
.
2. The Contractor shall not advance a casing, or perform rock drilling,
within four shaft diameters or 30 feet of the centerline of the
concreted shaft, whichever is greater, during the time period
between six hours after beginning concrete placement operations
and eight days after completing concrete placement operations,
except after satisfying one of the following conditions:
a. The compressive strength of the concrete in the concreted
shaft shall have reached 3,000 psi. The Contractor shall
obtain and test concrete test cylinders for this early
concrete strength measurement in accordance with
Section 6-02.3(17)0.
b. The Contractor shall implement a shaft vibration
monitoring plan as follows:
1. The Contractor shall submit a shaft vibration
monitoring plan to the Engineer for approval,
including a description of the monitoring
equipment, and the installation and monitoring
procedure.
2. The Contractor shall furnish and install monitoring
equipment in accordance with the shaft vibration
monitoring plan as approved by the Engineer.
The Contractor shall locate the monitoring sensor
at the concreted shaft and on a line between the
concreted shaft and the construction operation
within the specified boundary causing the
vibration. The monitoring equipment shall be
sensitive enough to detect a Peak Particle
velocity of 1/4 inch per second.
.
3. The Contractor shall cease all construction
operations within the specified boundary when
monitoring equipment detects Peak Particle
velocities exceeding the following values:
Concrete Age
Peak Particle Velocity
6 hours to 72 hours
72 hours to 8 days
1/4 inches per second
2 inches per second
4. The Contractor shall furnish, install, and operate
the monitoring equipment at no additional
expense to the Contracting Agency.
.
CITY OF PORT ANGELES
81h Street Bridge Replacements
Project 02-15
000328
January 2007
IV-I 04
.
.
.
1 H. Except for shafts where the shaft concrete is placed in the dry, the Contractor
2 shall complete a uniform yield form, consistent with the sample form
3 submitted to the Engineer as part of the shaft installation plan as specified in
4 subsection 3.02.8.9 of this Special Provision, for each shaft and shall submit
5 the completed form to the Engineer within 24 hours of completing the
6 concrete placement in the shaft.
7
8 3.08 Casing Removal
9
10 A. As the temporary casing is withdrawn, a minimum 5 foot head of concrete
11 shall be maintained to balance the foundation material and water pressure at
12 the bottom of the casing.
13
14 8. Tops of permanent casings for the shafts shall be removed to the top of the
15 shaft or finished ground line, whichever is lower, unless directed otherwise by
16 the Engineer. For those shafts constructed within a permanent body of water,
17 tops of permanent casings for shafts shall be removed to the low water
18 elevation, unless directed otherwise by the Engineer.
19
20 C. The Contractor shall completely remove all temporary casings, except as
21 noted. The Contractor may leave some or all of the temporary casing in
22 place provided all the following conditions are satisfied:
23
24 1. The Contractor shall submit the following information in writing to
25 the Engineer:
26
27 a. The Contractor shall completely describe the portion of the
28 temporary casing to remain.
29
30 b. The Contractor shall specify the reason(s) for leaving the
31 portion of the temporary casing in place.
32
33 c. The Contractor shall submit structural calculations, using
34 the design specifications and design criteria specified in
35 the General Notes of the structure Plans, in accordance
36 with Section 6-01.9, indicating that leaving the temporary
37 casing in place is compatible with the structure as
38 designed in the Plans.
39
40 2. The Contractor shall have ~eceived the Engineer's written approval
41 of the submitted request to leave the temporary casing in place.
42
43 3.09 Nondestructive Testing of Shafts (Crosshole Sonic Log Testing)
44
45 A. The Contractor shall provide for crosshole sonic log testing and analysis on
46 all completed shafts designated for testing by the Engineer. The testing and
47 analysis shall be performed by the independent testing organization
48 submitted by the Contractor and approved by the Engineer in accordance
49 with subsection 3.02.D of this Special Provision.
50
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
IV-I 05
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
The testing shall be performed after the shaft concrete has cured at least 96
hours. Additional curing time prior to testing may be required if the shaft
concrete contains admixtures, such as set retarding admixture or water
reducing admixture, added in accordance with Section 6-02.3(3). The
additional curing time prior to testing required under these circumstances
shall not be grounds for additional compensation or extension of time to the
Contractor in accordance with Section 1-08.8.
.
Crosshole sonic log testing shall be conducted at all shafts in which access
tubes for test probe access have been installed (see subsection 3.06.A of
this Special Provision).
B. After placing the shaft concrete and before beginning the crosshole sonic log
testing of a shaft, the Contractor shall inspect the access tubes. Each access
tube that the test probe cannot pass through shall be replaced, at the
Contractor's expense, with a two inch diameter hole cored through the
concrete for the entire length of the shaft. Unless directed otherwise by the
Engineer, cored holes shall be located approximately six inches inside the
reinforcement and shall not damage the shaft reinforcement. Descriptions of
inclusions and voids in cored holes shall be logged and a copy of the log
shall be submitted to the Engineer. Findings from cored holes shall be
preserved, identified as to location, and made available for inspection by the
Engineer.
C. The Contractor shall submit the results and analysis of the crosshole sonic
log testing for each shaft tested to the Engineer for approval. The Engineer
will determine final acceptance of each shaft, based on the crosshole sonic
log test results and analysis for the tested shafts, and will provide a response
to the Contractor within three working days after receiving the test results
and analysis submittal.
.
D. Except as otherwise noted, the Contractor shall not commence subsequent
shaft excavations until receiving the Engineer's approval and acceptance of
the first shaft, based on the results and analysis of the crosshole sonic log
testing for the first shaft. The Contractor may commence subsequent shaft
excavations prior to receiving the Engineer's approval and acceptance of the
first shaft, provided the following condition is satisfied:
1. The Engineer approves continuing with shaft construction based on
the Engineer's observations of the construction of the first shaft,
including, but not limited to, conformance to the shaft installation
plan as approved by the Engineer, and the Engineer's review of
Contractor's daily reports and Inspector's daily logs concerning
excavation, steel reinforcing bar placement, and concrete
placement.
E. If the Contractor requests, the Engineer may direct that additional testing be
performed at a shaft. If subsequent testing at a shaft indicates the presence
of a defect(s) in the shaft, the testing costs and the delay costs resulting from
the additional testing shall be borne by the Contractor in accordance with
Section 1-05.6. If this additional testing indicates that the shaft has no defect,
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
IV -106
. 1 the testing costs and the delay costs resulting from the additional testing will
2 be paid by the Contracting Agency in accordance with Section 1-05.6, and, if
3 the shaft construction is on the critical path of the Contractor's schedule, a
4 time extension equal to the delay created by the additional testing will be
5 granted in accordance with Section 1-08.8.
6
7
8 F. For all shafts determined to be unacceptable, the Contractor shall submit a
9 plan for further investigation or remedial action to the Engineer for approval.
10 All modifications to the dimensions of the shafts, as shown in the Plans,
11 required by the investigation and remedial action plan shall be supported by
12 calculations and working drawings as specified in Section 6-01.9. All
13 investigation and remedial correction procedures and designs shall be
14 submitted to the Engineer for approval. The Contractor shall not begin repair
15 operations until receiving the Engineer's approval of the investigation and
16 remedial action plan.
17
18 G. If the Engineer determines that the concrete placed under slurry for a given
19 shaft is structurally inadequate, that shaft will be rejected. The placement of
20 concrete under slurry shall be suspended until the Contractor submits to the
21 Engineer written changes to the methods of shaft construction needed to
22 prevent future structurally inadequate shafts, and receives the Engineer's
23 written approval of the submittal.
24
. 25 H. At the Engineer's request, the Contractor shall drill a corehole in any
26 questionable quality shaft (as determined from crosshole sonic log testing
27 and analysis or by observation of the Engineer) to explore the shaft
28 condition.
29
30 Prior to beginning coring, the Contractor shall submit the method and
31 equipment used to drill and remove cores from shaft concrete to the
32 Engineer and receives the Engineer's written approval. The coring method
33 and equipment shall provide for complete core recovery and shall minimize
34 abrasion and erosion of the core.
35
36 If a defect is confirmed, the Contractor shall pay for all coring costs in
37 accordance with Section 1-05.6. If no defect is encountered, the Contracting
38 Agency will pay for all coring costs in accordance with Section 1-05.6, and, if
39 the shaft construction is on the critical path of the Contractor's schedule,
40 compensation for the delay will be granted by an appropriate time extension
41 in accordance with Section 1-08.8. Materials and work necessary, including
42 engineering analysis and redesign, to effect corrections for shaft defects
43 shall be furnished to the Engineer's satisfaction at no additional cost to the
44 Contracting Agency.
45
46 I. All access tubes and cored holes shall be dewatered and filled with grout
47 after tests are completed. The access tubes and cored holes shall be filled
48 using grout tubes that extend to the bottom of the tube or hole or into the
. 49 grout already placed.
50
CITY OF PORT ANGELES 000328
8th Street Bndge Replacements IV-107 January 2007
Project 02-15
1 6-19.4 Measurement .
2 4.01 Measurement
3
4 A. Measurement will be made as follows:
5
6 1. Soil excavation for shaft including haul will be measured by the cubic
7 yards of shaft excavated. The cubic yards will be computed using the
8 shaft diameter shown in the Plans, the top of shaft soil excavation, as
9 defined below, and the bottom elevation shown in the Plans, unless
10 adjusted by the Engineer, less all rock excavation measured as
11 specified in item 2.
12
13 Except as otherwise specified, the top of shaft soil excavation shall be
14 defined as the highest existing ground point within the shaft diameter.
15 For shafts where the top of shaft is above the existing ground line and
16 where the Plans show embankment fill placed above the existing ground
17 line to the top of shaft and above, the top of shaft soil excavation shall
18 be defined as the top of shaft. Excavation through embankment fill
19 placed above the top of shaft will not be included in the measurement.
20
21 2. Furnishing permanent casing will be measured by the number of linear
22 feet of required permanent casing, as specified in subsection 3.03.B of
23 this Special Provision, installed below the cutoff elevation.
24
25 3. Placing permanent casing will be measured by the number of .
26 permanent casings placed.
27
28 4. Casing shoring will be measured by the number of linear feet of casing
29 shoring installed. The linear feet dimension will be computed using
30 either the top of ground line, defined as the highest ground line elevation
31 within the casing shoring, or the specified shaft seal vent elevation as
32 shown in the Plans, whichever is higher, and the bottom elevation as
33 shown in the Plans.
34
35 5. Concrete Class 4000P for shaft will be measured by the cubic yards of
36 concrete in place. The cubic yards will be computed using the shaft
37 diameter shown in the Plans, and the top and bottom elevations shown
38 in the Plans, unless adjusted by the Engineer.
39
40 6. Steel reinforcing bar for shaft will be measured by the computed weight
41 of all reinforcing steel in place, as shown in the Plans. Bracing for steel
42 reinforcing bar cages shall be considered incidental to this item of work.
43
44 7. CSL access tube will be measured by the linear foot of tube furnished
45 and installed.
46
47 8. CSL test will be measured once per shaft tested.
48
.
CITY OF PORT ANGELES
8'h Street Bndge Replacements
Project 02-15
lV-108
000328
January 2007
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
.
.
6-19.5 Payment
5.01 Payment
A. Payment will be made, in accordance with Section 1-04.1, for the following
bid items when they are included in the proposal:
1. "Soil Excavation For Shaft Including Haul", per cubic yard, including
all costs in connection with furnishing, mixing, placing, maintaining,
containing, collecting, and disposing of all mineral, synthetic, and
water slurry.
2. "Furnishing Permanent Casing For _ Diam. Shaft", per linear
foot.
3. "Placing Permanent Casing For
Diam. Shaft", per each.
4. "Casing Shoring", per linear foot, including all costs in connection
with placing seals when required.
5. "Conc. Class 4000P For Shaft", per cubic yard.
6. "St. Reinf. Bar For Shaft", per pound, including all costs in
connection with furnishing and installing steel reinforcing bar
spacers and centralizers.
7. "CSL Access Tube", per linear foot.
8. "CSL Test", per each shaft tested.
9. "Removing Shaft Obstructions", estimated.
B. Payment for Removing Shaft Obstructions
1. Payment for removing, breaking-up, or pushing aside, shaft
obstructions, as defined in subsection 3.03.H of this Special Provision,
will be made for the changes in shaft construction methods necessary to
deal with the obstruction. The Contractor and the Engineer shall
evaluate the effort made and reach agreement on the equipment and
employees utilized, and the number of hours involved for each. Once
these cost items and their duration have been agreed upon, the
payment amount will be determined using the rate and markup methods
specified in Section 1-09.6. For the purpose of providing a common
proposal for all bidders, the Contracting Agency has entered an amount
for the item "Removing Shaft Obstructions" in the bid proposal to
become a part of the total bid by the Contractor.
2. If shaft construction equipment is idled as a result of the work required
to deal with the obstruction and cannot be reasonably reassigned within
the project, then standby payment for the idled equipment will be added
to the payment calculations. If labor is idled as a result of the work
required to deal with the obstruction and cannot be reasonably
CITY OF PORT ANGELES
8th Street Hndge Replacements
Project 02-15
IV-I09
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
reassigned within the project, than all labor costs resulting from
Contractor labor agreements and established Contractor policies will be
added to the payment calculations.
3. The Contractor shall perform the amount of obstruction work estimated
by the Contracting Agency within the original time of the contract. The
Engineer will consider a time adjustment and additional compensation
for costs related to the extended duration of the shaft construction
operations, provided:
a. the dollar amount estimated by the Contracting Agency has
been exceeded, and
b. the Contractor shows that the obstruction removal work
represents a delay to the completion of the project based on
the current progress schedule provided in accordance with
Section 1-08.3.
END OF DIVISION 6
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
IV-I 10
.
.
.
.
.
.
1
2
3
4
5
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS
7-04 STORM SEWERS
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
7-04.1 Description
Section 7-04.1 is supplemented with the following:
(******)
This work also consists of providing and installing four drainage detention
facilities, energy dissipaters, and media filter vaults.
7-04.2 Materials
Section 7-04.2 is supplemented with the following:
(******)
Schedule A Storm Sewer Pipe 8 inch diameter shall meet the requirements of
12-inch-diameter storm sewer pipe.
Materials for the drainage detention facilities shall meet the requirements of the
following Sections:
Concrete
Gravel Backfill for Pipe zone bedding
Rubber Gaskets
Flexible Plastic Gaskets
(Aluminized) Corrugated Steel Drain Pipe
Coupling Bands
Metal Castings
Reinforcing Steel
6-02
9-03.12(3)
9-04.4
9-04.5
9-05.1 (2)
9-05.1 (2) A
9-05.15
9-07
Materials for the energy dissipaters shall meet the requirements of the following
Sections:
Concrete
Crushed Surfacing Base Course
Geotextile
Debris Cage
Quarry Spalls
6-02
9-03.9(3)
9-33
9-05.16
9-13.6
Media Filter Vault
The Contractor shall submit media filter vault shop drawings to the Engineer for
approval. The vault system shall be the StormFilter™ provided by Stormwater 360
Inc. An Operation and Maintenance Manual shall be submitted to the Engineer.
Internal Components
All internal components including PVC manifold piping, filter cartridge(s),
filter media (as specified on the plans in the Storm Filter data block), flow
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-Ill
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
spreader(s), and energy dissipator(s) shall be provided by Stormwater 360
Inc., 12021-B NE Airport Way, Portland, OR 97220 (800/548-4667).
.
A. PVC Manifold Piping: All internal PVC pipe and fittings shall meet
ASTM D1785. Manifold piping shall be provided to the contractor pre-
cut and partially glued and assembled.
B. Filter Cartridge: Filter cartridge bottom pan, inner ring, and hood shall
be constructed from linear low-density polyethylene. Filter cartridge
screen shall consist of galvanized 1" x W' welded wire fabric (16
gauge minimum) with a bonded PVC coating. Internal parts shall
consist of PVC or ABS pipe and fittings. Siphon-priming float shall be
constructed from linear low-density polyethylene. Outer filter fabric
shall be 10 x 8.5 clear fiberglass mesh. Inner filter fabric shall be 10 x
8.5 clear fiberglass mesh over Enkamat 7210 or woven polyethylene
with a US Standard Sieve #20 opening size. All miscellaneous nuts,
bolts, screws, and other fasteners shall be aluminum or stainless
steel.
An orifice plate shall be supplied with each cartridge to restrict flow
rate to a maximum of 15 gpm.
C. Filter Media: Filter media shall be by Stormwater 360 or approved
alternate. Filter media shall consist of one or more of the following, as
specified in the StormFilter data block:
.
1. Perlite Media: Perlite media shall be made of natural
siliceous volcanic rock free of any debris or foreign matter.
The expanded perlite shall have a bulk density ranging
from 6.5 to 8.5 Ib/ft3 and particle sizes ranging from 0.06 to
0.50 inches.
2. CSF Leaf Media: CSF leaf media shall be made exclusively
of fallen deciduous I,eaves with less than 5% by dry weight
of woody or green yard debris materials. Filter media shall
be granular and shall contain less than 0.5% foreign
material such as glass or plastic contaminants. Media shall
be dry at the time of installation.
The CSF leaf media shall have a bulk density ranging from
40 to 50 Ib/ft3 and particle sizes ranging from 0.05 to
0.625 inches for at least 90% of particles. Maximum level
of dust for filter media shall be defined as: media passing
through a US Standard Sieve #4 shall have no more than
10% (by mass of dry media) passing a US Standard Sieve
#45.
3. XFCSF Leaf Media: CSF leaf media shall be made
exclusively of fallen deciduous leaves with less than 5% by
dry weight of woody or green yard debris materials. Filter
media shall be granular and shall contain less than 0.5%
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
1V-112
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
foreign material such as glass or plastic contaminants.
Media shall be dry at the time of installation.
The XFCSF leaf media shall have a bulk density ranging
from 45 to 65 Ib/fe. Particle size range is dependent upon
manufacturing conditions at the time of production. Media
produced for [this project] shall have a particle size
between 0.05 and 0.25 inches for 90% of particles.
Maximum level of dust for filter media shall be defined as:
media passing through a US Standard Sieve #4 shall have
no more than 10% (by mass of dry media) passing a US
Standard Sieve #45.
4. Zeolite Media: Zeolite media shall be made of naturally
occurring clinoptilolite, which has a geological structure of
potassium-calcium-sodium aluminosilicate.
The zeolite media shall have a bulk density ranging from
44 to 50 I bite, particle sizes ranging from 0.125 to
0.25 inches, and a cation exchange capacity ranging from
1 .0 to 2.2 meq/g.
5. Iron-Infused Media: Iron-infused media shall be made trom
phenolic resin mixed with iron particles and polymerized to
form open cellular foam. The stock materials must be free
of debris with the iron particles being non-reactive and non-
greased.
The iron-infused media shall have a bulk density ranging
from 20 to 30 Ib/ft3 and particle sizes ranging from 0.0 to
0.5 inches.
6. Pleated Fabric Insert: Pleated fabric insert shall be
constructed with a minimum of 75 sq-ft ot fabric placed
between two aluminum end caps with neoprene gaskets.
The overall dimensions of the insert shall be
16.0" 0.0. x 11.5" 1.0. x 18.25" tall. The fabric shall meet
the following specifications: 140 pleats measuring
2.125" x 18.25"; 100% 3D PE/PET bicomponent fiber;
thickness of 19 mils; Mullen Burst of 96 psi; and Coulter
Porometer of 70 micron.
7. Granular Activated Carbon: Granular activated carbon
(GAC) shall be made of lignite coal that has been steam
activated. The GAC media shall have a bulk density
ranging from 24 to 26 Ib/ft3 and particle sizes ranging from
0.07 to 0.19 inches.
8. Zeolite-Perlite-Granular Activated Carbon (ZPG): ZPG is a
mixed media that shall be composed of a 1.4 ft3 outer layer
of 100% Perlite (see above) and an inner layer consisting
IV-I 13
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
of a 1 fe mixture of 90% Zeolite (see above) ~nd
10% Granular Activated Carbon (see above).
D. Flow Spreader: Flow spreader shall be constructed of spun LOPE.
.
E. Energy Dissipator: Energy dissipator shall be constructed of
polyolefins.
Precast Concrete Vault Components
A. Precast Concrete Vault: Shall be provided according to
ASTM C 858-83.
B. Vault Joint Sealant: Shall be Conseal CS-101 or Engineer approved.
C. Doors: Doors shall have hot-dipped galvanized frame and covers.
Covers shall have diamond plate finish. Each door to be equipped
with a recessed lift handle and a locking latch with 3/8" penta head
hold-down bolts. Pentahead wrench to be provided for each set of
doors, upon request. Doors shall meet H-20 loading requirements for
incidental traffic minimum.
D. Frames and Covers: Frames and covers shall be gray cast iron and
shall meet AASHTO H-20 loading requirements.
E. Ladders: Ladders shall be constructed of aluminum and steel
reinforced copolymer polypropylene conforming to ASTM 0-4101.
Ladder shall bolt in place and be equipped with a pull-up ladder
extender that shall extend a minimum of 24 inches above the top
rung of ladder. Ladder shall meet all ASTM C-497 load requirements.
F. Steps: Steps shall be constructed of copolymer polypropylene
conforming to ASTM 0-4101. Steps shall be driven into preformed or
drilled holes once concrete is cured. Steps shall meet the
requirements of ASTM C-478 and AASHTO M-199.
.
Contractor Provided Components
Specifications for all contractor-provided components are minImum
requirements. If a higher standard is shown on the plans or described in
another section of the technical specifications, then the higher standard shall
govern.
A. Sub-Base: Sub-base shall be six-inch minimum of SA-inch minus rock,
95% compaction. Compact undisturbed sub-grade materials to 95%
of maximum density at +/-2% of optimum moisture content.
Unsuitable material below sub-grade shall be replaced to engineer's
approval.
B. Concrete: Concrete shall be 3000 psi minimum at 28-day strength,
SA-inch round rock, 4-inch slump maximum, placed within 90 minutes
of initial mixing.
'.
CITY OF PORT ANGELES
8'" Street Bridge Replacements
Project 02-15
IV-114
000328
JanuaI)' 2007
.
.
.
1 C. Silicone Sealant: Shall be pure RTV silicone conforming to Federal
2 Specification Number IT S001543A or IT S00230C or Engineer
3 approved.
4
5 O. Grout: Shall be non-shrink grout meeting the requirements of Corps
6 of Engineers CRO-C588. Specimens molded, cured, and tested in
7 accordance with ASTM C-109 shall have minimum compressive
8 strength of 6,200 psi. Grout shall not exhibit visible bleeding.
9
10 E. Backfill: Backfill shall be %-inch minus rock at 95% compaction.
11
12
13 7-04.3 Construction Requirements
14 Section 7-04.3 is supplemented with the following:
15
16 (******)
17 Drainage Detention Facility
18 These facilities shall consist of four underground pipe manifold systems for
19 stormwater detention in accordance with the plans, the standard specifications,
20 and these Special Provisions. The two Barrel arrangement pipe manifold
21 systems are 72" diameter, 12 gage Aluminized Corrugated Steel pipes
22 (3"x1" or 5"x1" corrugation) along with end caps, bands, gaskets, and access
23 risers with ladders.
24
25 The pipe manifold system shall be installed per Section 7-08 of the Standard
26 Specifications.
27
28 Shoring is required for the structure excavation in accordance with
29 Section 2-09.3(3)0. Open pits or extra excavation without shoring will not be
30 allowed.
31
32 Energy Dissipater
33 The energy dissipater shall be constructed at the out flow end of the storm sewer
34 pipes attached to the media vaults as shown in'the contract plans. Each energy
35 dissipater shall include the base unit of a 48" manhole with a cast-in-place
36 concrete splitter block and a debris cage on top of the manhole base. A 3' apron
37 of quarry spa lis shall be placed around the top of the manhole unit and the outfall
38 ditch shall be lined with quarry spa lis as detailed in the contract plans.
39
40 The gravel base shall be installed level and compacted to provide a firm base for
41 the energy dissipater. The geotextile shall meet the requirements for soil
42 separation.
43
44 The concrete splitter block shall be cast in the manhole unit opposite the inflow
45 storm sewer pipe. The top of the splitter block shall be equal to the top of the
46 inflow pipe or higher.
47
48 The quarry spall for apron and outfall ditch shall be compacted in accordance
49 with method A or to the satisfaction of the Engineer.
50
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-1I5
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
The debris cage shall be fabricated as shown in the plans and secured to the top
of the manhole unit.
.
Media Filter Vault
The Contractor shall furnish and install stormwater treatment systems at the
locations shown on the plans.
Precast Concrete Vault
A. Vault floor shall slope 1/4 inch maximum across the width and slope
downstream 1 inch per 12 foot of length. Vault top finish grade shall
be even with surrounding finish grade surface unless otherwise
noted on plans.
B. Contractor to grout all inlet and outlet pipes flush with vault interior
wall. Contractor to grout internal baffle walls.
C. Sanded PVC fittings shall be used on all PVC inlet and outlet pipes.
Contractor responsible for inspecting and/or completing installation
of flow spreaders and energy dissipators.
Anti-Flotation Ballast
Ballast shall be to the dimensions specified by the engineer and noted on the
data block. Ballast shall run the entire length of the long side of the vault,
both sides. Ballast shall not encase the inlet and/or outlet piping. Provide 12"
clearance from outside diameter of pipe.
Clean-up
Remove all excess materials, rocks, roots, or foreign material, leaving
the site in a clean, complete condition approved by the engineer. All filter
components shall be free of any foreign materials including concrete
and excess sealant.
.
Filter Cartridges
A. Filter cartridges shall not be installed until the project site is
clean and stabilized. The project site includes any surface that
contributes storm drainage to the StormFilter™. All
impermeable surfaces shall be clean and free of dirt and debris.
All catch basins, manholes, and pipes shall be free of dirt and
sediments.
B. Contractor to notify Stormwater 360 (800-548-4667) two weeks
before filter cartridges are required on site. Stormwater 360 will
deliver filter cartridges complete with filter media. Plugs will be
provided for all manifold fittings not equipped with a filter
cartridge.
C. Contractor to install filter cartridges.
1. Filter Cartridges With CSF Media: Tape shall be
cleanly and completely removed from manifold fitting
openings. Spool pieces shall be inserted without glue
into all manifold fittings to be equipped with a filter
cartridge. Filter cartridges shall be placed over the
spool pieces to contact the vault floor. Plugs shall be
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
PrOject 02-15
000328
January 2007
IV-116
18
.
.
1 inserted without glue in all manifold fittings not
2 equipped with a filter cartridge.
3
4 2. Filter Cartridges With All Other Types of Media: Tape
5 shall be cleanly and completely removed from
6 manifold fitting openings.
7
8 Spool pieces shall be glued and inserted into all manifold fittings to be
9 equipped with a filter cartridge. Filter cartridges shall be threaded onto
10 the spool pieces until they contact the vault floor. Plugs shall be inserted
11 without glue in all manifold fittings not equipped with a filter cartridge.
12
13 7-04.4 Measurement
14
15 (******)
16 Pipe manifold System will be measured as a Lump sum quantity for each
17 drainage facility. .
18
19 Shoring will be measured according to section 2.09.4 of Standard Specifications
20
21 Energy dissipaters will be measured per each for each energy dissipater installed
22 and accepted.
23
24 Media Filter Vault_ Cartridges will be measured per each installed and
25 accepted.
26
27 7-04.5 Payment
28 Section 7-04.5 is supplemented with the following:
29
30 (******)
31 "Drainage Detention Facility ~', Lump sum.
32 The lump sum contract price for "Drainage Detention Facility_" shall include
33 but not be limited to fabrication, transportation, excavation, installation, gravel
34 backfill for pipe zone bedding, backfill and compaction, access manholes,
35 ladders, etc.
36
37 Payment for shoring will be in accordance with section 2-09.5, "Shoring or Extra
38 Excavation Class B", of the Standard Specifications.
39
40 "Energy Dissipater", per each.
41 The unit contract price per each for "Energy Dissipater" shall be full pay for
42 furnishing all materials, labor, tool, equipment, services, and incidentals
43 necessary to furnish and install the energy dissipaters as detailed in the plans
44 and specified herein.
45
46 "Media Filter Vault_ Cartridges", per each.
47 The unit contract price per each for "Media Filter Vault_ Cartridges" shall be full
48 payment to perform the work as specified. Excavation shall be paid for as
49 "Structure Excavation Class B Incl. Haul".
50
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-I 17
000328
January 2007
1
7-09 WATER MAINS
.'
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
7-09.2 Materials
The "Pipe for main line" list in Section 7-09.2 is supplemented with the following:
(******)
Polyethylene (PE) Pressure Pipe (2" and under)
9-30.6(3)8
The "Fittings for main line" list in Section 7-09.2 is supplemented with the following:
(******)
Polyethylene (PE) Pressure Pipe (2" and under)
9-30.6(4)
7-09.3 Construction Requirements
Section 7-09.3 is supplemented with the following:
(******)
Where shown in the plans, and as directed by the Engineer, the Contractor shall
install 16" block out holes through all piers and diaphragms of the Tumwater
Creek and Valley Creek structures for a future water line installation. The holes
shall be plugged in a manner satisfactory to the Engineer.
7-09.5 Payment
Section 7-09.5, third paragraph, is modified as the following:
(******)
The unit contract price per linear foot for each size and kind of "_ Pipe for
Water Main _ In. Diam." shall be full pay for all work to. complete the
installation of the water main including but not limited to trench excavation,
bedding, laying and jointing pipe and fittings, connecting existing service line to
new pipe, backfilling, concrete thrust blocking, testing, flushing, disinfecting the
pipeline, and cleanup.
.
7-17 SANITARY SEWERS
7-17.5 Payment
Section 7-17.5, second paragraph, is modified as the following:
(******)
The unit contract price per linear foot for sewer pipe of the kind and size specified
shall be full pay for furnishing, hauling, and assembling in place the completed
installation including all wyes, tees, special fittings, joint materials, bedding and
backfill material, connection of existing service laterals to the new sewer pipe,
capping/plugging existing sewer line, and adjustments of inverts to manholes
for the completion of the installation to the required lines and grades.
END OF DIVISION 7
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-lIS
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45 -
46
47
48
49
.
.
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3 Construction Requirements
8-01.3(2)Seeding, Fertilizing and Mulching
8-01.3(2)8 Seeding and Fertilizing
Section 8-01.3(2)B is supplemented with the following:
(******)
Seeding and fertilizing shall be applied to the Wetland Creation site after
application of compost and coordinated with planting of the site.
Seeding and fertilizing for the Wetland Creation Site shall be of the
composition specified in the plans.
(January 3, 2006)
Grass seed, of the following composition, proportion, and quality shall
be applied at the rate of *** 80 *** pounds per acre on all areas requiring
seeding within the project, except for the Wetland Creation Site:
Kind and Variety of %By Minimum % Minimum %
Seed in Mixture Weight Pure Seed Germination
Red Fescue 40 39.2 80
Perennial Ryegrass 40 39.2 90
Colonial Bentgrass 10 9.8 85
White Dutch Cover, 10 9.8 85
pre-inoculated
Weed Seed 0.5 (max)
Inert and Other Crop 1 .5 (max)
TOTAL 100.00
(January 3, 2006)
Sufficient quantities of fertilizer shall be applied to supply the following
amounts of nutrients:
Total Nitrogen as N - *** 135 *** pounds per acre.
Available Phosphoric Acid as P20S - *** 60 *** pounds per acre.
Soluble Potash as K20 - *** 60*** pounds per acre.
CITY OF PORT ANGELES
8lh Street Bridge Replacements
Project 02-15
IV-119
000328
January 2007
1 *** 90 *** pounds of nitrogen applied per acre shall be derived from .
2 isobutylidene diurea (IBOU), cyclo-di-urea (COU), or a time release,
3 polyurethane coated source with a minimum release time of 6 months.
4 The remainder may be derived from any source.
5
6 The fertilizer formulation and application rate shall be approved by the
7 Engineer before use.
8
9 8-01.3(2)0 Mulching
10 Section 8-01.3(2)0 is supplemented with the following:
11
12 (January 3, 2006)
13 *** Bark or wood chip *** mulch shall be applied at a rate of *** 2,000*** pounds
14 per acre.
15
16 8-01.3(3) Placing Erosion Control Blanket
17 The second sentence of Section 8-01.3(3) is revised to read:
18
19 (******)
20 Compost used for compost blanket and berms shall be Type 1 meeting the
21 requirements of Section 9-14.4(8).
22
23 (April 3, 2006)
24 8-01.5 Payment
25 Section 8-01.5 is supplemented with the following: .
26
27 All costs associated with the treatment of pH in high pH stormwater or dewatering
28 water shall be included in the applicable concrete, grinding, or saw cutting items
29 of work.
30
31 8-02 ROADSIDE RESTORATION
32
33 8-02.1 Description
34
35 (January 7,2002)
36 The first paragraph of Section 8-02.1 is revised to read:
37
38 This work shall consist of furnishing and placing topsoil and soil amendments,
39 and furnishing and planting trees, whips, shrubs, ground covers, cuttings, live
40 stakes, live poles, rhizomes, tubers, and seedling, and applying compost in
41 accordance with these Specifications and as shown in the Plans or as directed by
42 the Engineer.
43
44 Section 8-02.1 is supplemented with the following:
45
46 (******)
47 Roadside Restoration will include the restoration of wetlands and non-wetland
48 habitat disrupted during construction and creation of a new wetland site and any
49 additional restoration due to construction of the Valley Creek bridge near the .
50 northeast corner of the Valley Creek Bridge as shown on the plans.
51
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
1V-120
000328
January 2007
.
.
.
1 Phase 1 wetland restoration shall be constructed in Plant Area 1 in the Fall of
2 2007 or Spring of 2008.
3
4 Phase 2 wetland restoration shall be constructed in Plant Area 2 in the Fall of
5 2008 or Spring of 2009.
6
7 8-02.3 Construction Requirements
8
9 8-02.3(5) Planting Area Preparation
10 Section 8-02.3(5) is supplemented with the following:
11
12 (August 2, 2004)
13 After the initial planting area weed control, soil placement, and grading are
14 completed, and prior to the installation of irrigation lines and planting, all
15 designated planting areas shall be covered with compost.
16
17 Prior to placement and incorporation of compost, the application and
18 incorporation methods shall be approved by the Engineer.
19
20 Compost shall not be placed when a condition exists, such as frozen or
21 water saturated soil, that may be detrimental to successful application,
22 incorporation, or soil structure.
23
24 The Contractor shall notify the Engineer a minimum of five working days
25 prior to the start of compost work.
26
27 Compost shall be uniformly and evenly placed at a depth of 3 inches in all
28 designated areas.
29
30
31 8-02.5 Payment
32 Section 8-02.5 is supplemented with the following:
33
34 Payment for 'Wetland Creation" shall be lump sum for providing pre-
35 excavation weed control, excavating, loading, hauling, and disposal, grading,
36 providing, and placing compost blanket, seeding, fertilizing and mulching;
37 planting of trees, plant mixture A and B, fertilizer for plants, and plant
38 establishment.
39
40 Payment for 'Wetland Restoration" shall be by force account as provided in
41 Section 1-09.6 of the Standard Specifications.
42
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02- 15
IV-121
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
8-13 MONUMENT CASES
.
8-13.1 Description
(March 13, 1995)
Section 8-13.1 is deleted and replaced by the following:
This work shall consist of furnishing and placing monument cases, covers, and
pipes in accordance with the Standard Plans and these Specifications, in
conformity with the lines and locations shown in the Plans or as staked by the
Engineer.
8-13.2 Materials
Section 8-13.2 is supplemented with the following:
(March 13, 1995)
The pipe shall be Schedule 40 galvanized pipe.
8-13.3 Construction Requirements
(March 13, 1995)
The last paragraph of Section 8-13.3 is revised to read:
The Engineer will be responsible for placing the concrete core and tack or wire
inside the pipe.
.
8-13.4 Measurement
(March 13, 1995)
Section 8-13.4 is deleted and replaced by the following:
Measurement of monument case, cover, and pipe will be by the unit for each
monument case, cover, and pipe furnished and set.
8-13.5 Payment
(April 28, 1997)
Section 8-13.5 is supplemented with the following:
"Monument Case, Cover, and Pipe", per each.
8-20 IllUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
8-20.1 Description
Section 8-20.1 is supplemented with the following:
(******)
This work also consists of furnishing and installing an interconnect cable at
Marine Drive and Tumwater Street.
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
PrOject 02-15
IV -122
000328
January 2007
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
The Agency (City of Port Angeles) will furnish the following materials:
Signal controller
Fully-wired and tested controller cabinets
Opticom preemption modules for controller
Signal poles and mast arms
Vehicle, pedestrian signal heads, and mounting hardware
Iteris video detection camera and video modules
The contractor will purchase and install all other required equipment including but
not limited to foundations, anchor bolts, pedestrian push buttons, terminal
cabinets, wire, conduit, junction boxes, emergency preemption detectors,
luminaires and lamps, and signs.
8-20.2 Materials
Section 8-20.2 is supplemented with the following:
Light And Signal Standards
(April 3, 2006)
Light Standards with Type 1 Luminaire Arms
Lighting standards shall be fabricated in conformance with the methods and
materials specified on the pre-approved Plans listed below, provided the
following requirements have been satisfied:
(a) Light source to pole base di~tanc~_ (H1) s!1all be as noted tn the
Plans. Verification of H1 distances by the Engineer, prior to
fabrication, is not required. Fabrication tolerance shall be :t6 inches.
(b) All other requirements of the Special Provisions have been
satisfied.
Pre-Approved Plan
Fabricator
Mounting Hgt.
Drawing No. DB00654 Rev. A Valmont Ind. Inc.
Sheets 1, 2, & 3
30',40' & 50'
Drawing No. W3721-1
Rev. E & W3721-2
Rev. A
Ameron Pole
Prod. Div.
40' & 50'
Drawing No. NWS 3510 Rev. Northwest Signal
4-6-04 or NWS 3510B Rev. Supply Inc.
4-6-04
25',30',35',
40', 45' & 50'
Drawing WS-SL-01
American Pole
Structures, Inc.
25',30',35',
40',45',50'
Drawing 71035-B39 Rev. 2
Sheets 1 & 2
Union Metal
~
Corp.
40'
CITY OF PORT ANGELES
8tb Street Bndge Replacements
Project 02-15
IV-I 23
000328
, January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
Drawing 71035-838 Rev. 2
Sheets 1 & 2
Union Metal
Corp.
50'
.
Drawing No. WSDOT-LP-01
Rev. 2, Sheets 1 and 2 or
WSDOT - LP-01-8E Rev 0
Sheets 1 and 2 or
WSDOT - LP-01-C88 Rev 0
West Coast
Engineering
Group
25',30',35',40',
45', and 50'
(August 7, 2006)
Traffic Signal Standards
Traffic signal standards shall be furnished and installed in accordance with
the methods and materials noted in the applicable Standard Plans, pre-
approved plans, or special design plans.
All welds shall comply with the latest AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaires, and Traffic Signals.
Welding inspection shall comply with Section 6-03.3(25)A Welding
Inspection.
Hardened washers shall be used with all signal arm connecting bolts instead
of lock washers. All signal arm AASHTO M 164 connecting bolts shall be
tightened to 40 percent of proof load.
Traffic signal standard types and applicable characteristics are as follows:
.
Type PPB Pedestrian push button posts shall conform to Standard
Plan J-7a or to one of the following pre-approved plans:
Fabricator
Northwest Signal
Supply Inc.
Drawing No.
NWS 3530 or NWS 35308
Valmont Ind. Inc.
D800655 Rev. B
Ameron Pole
Prod. Div.
M3723 Rev. E
Union Metal Corp.
TA-10035 Rev. 3
West Coast
Engineering Group
WSDOT-PP-01 Rev. 0
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-124
000328
January 2007
. 1 Type PS Pedestrian signal standards shall conform to Standard
2 Plan J-7a or to one of the following pre-approved plans:
3
4 Fabricator Drawing No.
5 Northwest Signal NWS 3530 or NWS 3530B
6 Supply Inc.
7
8 Valmont Ind. Inc. DB00655 Rev. B
9
10 Ameron Pole M3723 Rev. E or W3539 Rev. A
11 Prod. Div.
12
13 Union Metal Corp. TA-10025 Rev. 13
14
15 West Coast
16 Engineering Group WSDOT-PP-02 Rev. 0
17
18 Type I Type I vehicle signal standards shall conform to Standard
19 Plan J-7a or to one of the following pre-approved plans:
20
21 Fabricator Drawing No.
22 Northwest Signal NWS 3530 or NWS 3530B
23 Supply Inc.
24
. 25 Valmont Ind. Inc. DB00655 Rev. B
26
27 Ameron Pole M3723 Rev. E or W3539 Rev. A
28 Prod. Div
29
30 Union Metal Corp. TA-10025
31 Rev. 11
32
33 West Coast
34 Engineering Group WSDOT-PP-02 Rev. 0
35
36 Type FB Type FB flashing beacon standard shall conform to
37 Standard Plan J-7a or the following pre-approved plan:
38
39 Fabricator Drawing No.
40 Union Metal Corp 50200-B58 Rev. 3
41
42 Valmont Ind. Inc. DB00655 Rev. B
43
44 Ameron Pole W3539 Rev. B
45 Prod. Div.
46
47 Northwest Signal NWS 3535 or NWS 3535B
48 Supply, Inc.
. 49
CITY OF PORT ANGELES 000328
8th Street Bridge Replacements IV-125 January 2007
Project 02-15
1 Type RM Type RM ramp meter standard shall conform to Standard .
2 Plan J-7a or the following pre-approved plan:
3
4 Fabricator Drawing No.
5 Union Metal Corp 50200-B58 Rev. 3
6
7 Valmont Ind. Inc. DB00655 Rev. B
8
9 Ameron Pole W3539 Rev. A
10 Prod. Div.
11
12 Northwest Signal NWS 3535 or NWS 3535B
13 Supply, Inc.
14
15 Type CCTV Fabricator Drawing No.
16 Valmont Industries, Inc. DB 00759 Rev. C
17
18 Type II Characteristics:
19
20 Luminaire mounting height N.A.
21 Luminaire arms N.A.
22 Luminaire arm length N.A.
23 Signal arms One Only
24
25 Type II standards shall conform to one of the following pre- .
26 approved plans, provided all other requirements noted
27 herein have been satisfied. Maximum (x) (y) (z) signal arm
28 loadings in cubic feet are noted after fabricator.
29
30 Signal Arm
31 Length (max) Fabricator-(x) (y) (z) Drawing No.
32
33 65 ft. Valmont Ind. Inc.-(2894) DB00625-Rev. E,
34 Shts. 1, 2 & 3
35
36 65 ft. Union Metal Corp. (2900) 71026-B86 Rev. 4
37 shts. 1, 2, & 3
38
39 65 ft. Ameron Pole-(2900) W3724-1 Rev. E &
40 Prod. Div. W3724-2 Rev. 0
41
42 65 ft. Northwest Signal-(2802) NWS 3500 Rev. 10/14/03
43 Supply Inc. or NWS 3500B
44 Rev. 10/14/03
45
46 45 ft. American Pole (1875) WS- T2-L Rev. 1
47 Structures, Inc.
48
49 65 ft. American Pole (2913) WS- T2-H Rev. 1 .
50 Structures, Inc.
51
CITY OF PORT ANGELES 000328
8th Street Bridge Replacements 1V-126 January 2007
PrOject 02-15
. 1 Type III Characteristics:
2
3 Luminaire mounting height 30 ft.,
4 35 ft.,
5 40 ft.,
6 or 50 ft.
7 Luminaire arms One Only
8 Luminaire arm type Type 1
9 Luminaire arm length (max.) 16 ft.
10 Signal arms One Only
11
12 Type III standards shall conform to one of the following
13 pre-approved plans, provided all other requirements noted
14 herein have been satisfied. Maximum (x) (y) (z) signal arm
15 loadings in cubic feet are noted after fabricator.
16
17 Signal Arm
18 Length (max) Fabricator-(x) (y) (z) Drawing No.
19
20 65 ft. Valmont Ind. Inc.-(2947) DB00625-Rev. E,
21 Shts. 1, 2 & 3
22 and "J" luminaire arm
23
24 65 ft. Union Metal Corp. (2900) 71026-B87 Rev. 4
25 Shts. 1, 2 ~ 3
. 26
27 65ft Ameron Pole-(2900) W3724-1 Rev. E &
28 Prod. Div. W3724-2 Rev. D
29 and "J" luminaire arm
30
31 65 ft. Northwest Signal-(2802) NWS 3500 Rev. 10/14/03
32 Supply Inc. or NWS 3500B
33 Rev. 1 0/14/03
34
35 45 ft. American Pole (1875) WS-T3J-L, Rev. 1, Shts. 1 & 2
36 Structures, Inc.
37
38 65 ft. American Pole (2913) WS-T3J-H Rev. 1, Shts. 1 & 2
39 Structures, Inc.
40
41 Type IV Type IV strain pole standards shall be consistent with
42 details in the plans and Standard Plan J-7c or one of the
43 following pre-approved plans:
44
45 Fabricator Drawing No.
46 Northwest Signal NWS 3520 or NWS 35208,
47 Supply Inc.
48
49 Valmont Ind. Inc. 5000-4
. 50
51 Ameron Pole M3650 Rev. A
52 Prod. Oiv.
CITY OF PORT ANGELES 000328
8th Street Bridge Replacements IV-127 January 2007
Project 02-15
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Type V
Type SD
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
Union Metal Corp.
EA-10224 Rev. 8
.
American Pole
Structures, Inc.
9000-12-037 Rev. A
West Coast
Engineering Group
WSDOT-TS-01 Rev. 0
Sheets 1, 2, and 3
Type V combination strain pole and lighting standards
shall be consistent with details in the plans and Standard
Plan J-7c or one of the following pre-approved plans:
Fabricator
Northwest Signal
Supply Inc.
Drawing No.
NWS 3520 or NWS 35208
Valmont Ind. Inc.
5000-4
Ameron Pole
Prod. Div.
M3650 Rev. A
Union Metal Corp.
EA-10225, Rev. 8
Shts. 1 & 2
American Pole
Structures, Inc.
9020-12-007 Rev. B
.
West Coast
Engineering Group
WSDOT- TS-01 Rev. 0
Sheets 1, 2, and 3
The luminaire arm shall be Type 1, 16 foot maximum and
the luminaire mounting height shall be 40 feet or 50 feet as
noted in the plans.
,Type SD standards require special design. All special
design shall be based on the latest AASHTO Standard
Specifications for Structural Supports for Highway Signs,
Luminaires and Traffic Signals and pre-approved plans
and as follows:
1. A 90 mph wind loading shall be used.
2. The Design Life and Recurrence Interval shall be
50 years for luminaire support structures
exceeding 50 feet in height, and 25 years for all
other luminaire support structures.
3. Fatigue design shall conform to AASHTO Section
11, Table 11-1 using fatigue category III.
.
IV-128
000328
January 2007
.
.
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Complete calculations for structural design, including
anchor bolt details, shall be prepared by a Professional
Engineer, licensed under Title 18 RCW, State of
Washington, in the branch of Civil or Structural
Engineering or by an individual holding valid registration in
another state as a civil or structural Engineer.
All shop drawings and the cover page of all calculation
submittals shall carry the Professional Engineer's original
signature, date of signature, original seal, registration
number, and date of expiration. The cover page shall
include the contract number, contract title, and sequential
index to calculation page numbers. Two copies of the
associated design calculations shall be submitted for
approval along with shop drawings.
Details for hand holes and luminaire arm connections are
available from the Bridges and Structures Office.
Foundations for various types of standards shall be as follows:
Type PPB
Type PS
Type I
Type FB
Type RM
Type CCTV
Type II
Type III
Type IV
Type V
Type SD
As noted on Standard Plan J-7a.
As noted on Standard Plan J-7a.
As noted on Standard Plan J-7a.
As noted on Standard Plan J-7a
As noted on Standard Plan J-7a
As noted in the Plans.
As noted in the Plans.
As noted in the Plans.
As noted in the Plans and Standard Plan J-7c.
As noted in the Plans and Standard Plan J-7c.
As noted in the Plans.
8-20.2(1) Equipment List and Drawings
Section 8-20.2(1) is supplemented with the following:
Shop Drawings
The Contractor shall submit shop drawings for the illumination system to the
Engineer for review in accordance with Section 1-05.3 prior to fabrication.
After fabrication, the luminaire pole and light guard shall be galvanized in
accordance with AASHTO M111 Specifications.
The Contractor shall submit shop drawings for the temporary interconnect system
to the Engineer for review in accordance with Section 1-05.3.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-129
000328
January 2007
1 8-20.3 Construction Requirements
2 Section 8-20.3 is supplemented with the following:
3
4 (******)
5 Temporary Interconnect System - Marine Drive
6 Additional interconnect cable shall be installed in a 2 inch conduit on the SW
7 corner timber pole and to the NE corner existing utility pole at the Marine
8 Driveffumwater Street intersection.
9 . Install pole attachment hardware and interconnect cable from the NE
10 corner pole at Marine Driveffumwater Street to the Port Angeles City
11 Light steel pole on the North side of Marine Drive.
12 · Install pole attachment hardware and interconnect cable to the
13 Port Angeles City Light steel pole on the South side of Marine Drive.
14 . Install a new 30 foot Class 2700 timber strain pole with back guy
15 anchor within 15 feet of the existing signal controller cabinet to the
16 SE corner at the Marine Drive and Tumwater Accessffruck Route
17 intersection.
18 . Install one 2 inch conduit and weather head on timber strain pole and
19 install conduit to signal junction box.
20 . Install interconnect cable from timber pole to the signal controller
21 cabinet at Marine Drive and Tumwater Accessffruck Route
22 intersection.
23
24 Contractor shall coordinate installation and terminations at the traffic controllers
25 with City of Port Angeles and WSDOT traffic operations engineer and technician.
26 Contractor shall coordinate installation on existing steel light poles from City Light
27 prior to installation.
28
29 Contact: Terry Dahlquist, 360-417-4702
30
31 After traffic control detour is completed and upon approval of the Engineer, the
32 Contractor shall remove the temporary interconnect system in its entirety.
33
34 8-20.3(1) General
35 Section 8-20.3(1) is supplemented with the following:
36
37 (......)
38 The existing luminaires, and light standards shall remain the property of
39 Contracting Agency. The Contractor shall deliver this equipment to
40
41 Port Angeles City Light Operations Pole Yard
42 Tumwater Truck Route at Lauridsen Boulevard
43 Port Angeles, WA
44
45 during normal business hours. Contact Port Angeles City Light, James Klarr
46 (360)-417-4730.
47
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-130
000328
January 2007
.
.
.
.
.
.
1 The temporary signal equipment including timber poles, signal heads, traffic
2 signal controller, and electrical service to be removed shall remain the property of
3 the Contracting Agency. The Contractor shall deliver this equipment to:
4
5 Traffic Signal Yard
6 Valley Street at Cherry Street
7 Port Angeles, WA
8
9 During normal business hours. Contact City of Port Angeles Traffic Engineer,
10 Jim Mahlum (360) 417-4701.
11
12 All other existing electrical equipment and materials designated to be removed
13 shall become the property of the Contractor and be removed from the project.
14
15 8-20.3(4) Foundations
16 Section 8-20.3(4) is supplemented with the following:
17
18 (..**..)
19 All existing light standard and signal standard foundations to be removed shall be
20 removed to 2 feet below finished grade. The remaining hole shall be backfilled
21 with granular material and compacted in accordance with Section 8-20.3(2).
22
23 The Contractor shall verify the traffic signal controller cabinet base dimensions
24 are compatible to the cabinet foundation dimensions as shown in Standard Plans
25 J-3b and J-6c prior to construction the foundation.
26
27 8-20.3(5) Conduit
28 Section 8-20.3(5) is supplemented with the following:
29
30 (**.... )
31 All conduits for traffic signal installations shall be rigid galvanized steel. If the
32 Contractor elects to use PVC conduit for illumination or interconnect runs the
33 conduit shall meet the following requirements:
34
35 1. Minimum diameter of 1 14 inches.
36 2. Schedule 80 conduit.
37 3. Installed per Standard Specifications and Standard Plans.
38 4. Any underground crossing of roadway, roadbed, driveway, or road
39 approach shall be rigid galvanized steel.
40
41 All conduit for traffic signals, illumination, interconnect, or Intelligent
42 Transportation System shall be rigid galvanized steel at all underground roadway,
43 roadbed, driveway, or road approach crossings.
44
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
N-131
000328
January 2007
1 8-20.3(8) Wiring .
2 Section 8-20.3(8) is supplemented with the following:
3
4 (March 13, 1995)
5 Field Wiring Chart
6 501 AC+ Input 516-520 Railroad Pre-empt
7 502 AC- Input 5A 1-5D5 Emergency Pre-empt
8 503-510 Control-Display 541-580 Coordination
9 511-515 Sign Lights 581-599 Spare
10
11 Movement Number 1 2 3 4 5 6 7 8 9
12
13 Vehicle Head
14 Red 611 621 631 641 651 661 671 681 691
15 Yellow 612 622 632 642 652 662 672 682 692
16 Green 613 623 633 643 653 663 673 683 693
17 Spare 614 624 634 644 654 664 674 684 694
18 Spare 615 625 635 645 655 665 675 685 695
19 AC- 616 626 636 646 656 666 676 686 696
20 Red Auxiliary 617 627 637 647 657 667 677 687 697
21 Yellow Auxiliary 618 628 638 648 658 668 678 688 698
22 Green Auxiliary 619 629 639 649 659 669 679 689 699
23 Pedestrian Heads & Dets.
24 Hand 711 721 731 741 751 761 771 781 791
25 Man 712 722 732 742 752 762 772 782 792
26 AC- 713 723 733 743 753 763 773 783 793 .
27 Detection 714 724 734 744 754 764 774 784 794
28 Common-Detection 715 725 735 745 755 765 775 785 795
29 Spare 716 726 736 746 756 766 776 786 796
30 Spare 717 727 737 747 757 767 777 787 797
31 Spare 718 728 738 748 758 768 778 788 798
32 Spare 719 729 739 749 759 769 779 789 799
33 Detection
34 AC+ 811 821 831 841 851 861 871 881 891
35 AC- 812 822 832 842 852 862 872 882 892
36 Common-Detection 813 823 833 843 853 863 873 883 893
37 Detection A 814 824 834 844 854 864 874 884 894
38 Detection B 815 825 835 845 855 865 875 885 895
39 Loop 1 Out 816 826 836 846 856 866 876 886 896
40 Loop 1 In 817 827 837 847 857 867 877 887 897
41 Loop 2 Out 818 828 838 848 858 868 878 888 898
42 Loop 2 In 819 829 839 849 859 869 879 889 899
43 Supplemental Detection
44 Loop 3 Out 911 921 931 941 951 961 971 981 991
45 Loop 3 In 912 922 932 942 952 962 972 982 992
46 Loop 4 Out 913 923 933 943 953 963 973 983 993
47 Loop 4 In 914 924 934 944 954 964 974 984 994
48 Loop 5 Out 915 925 935 945 955 965 975 985 995
49 Loop 5 In 916 926 936 946 956 966 976 986 996
50 Loop 6 Out 917 927 937 947 957 967 977 987 997 .
51 Loop 6 In 918 928 938 948 958 968 978 988 998
52 Spare 919 929 939 949 959 969 979 989 999
CITY OF PORT ANGELES 000328
8'h Street Bridge Replacements IV-132 January 2007
Project 02-15
.
.
.
1 8-20.3(11) Testing
2 Section 8-20.3(11) is supplemented with the following:
3
4 Testing and turn-on electrical systems shall be performed during daytime hours.
5 The time and date of the Turn-on date shall be coordinated with the Jim Mahlum,
6 Project Manager for the City of Port Angeles. Prior to scheduling a Turn-On date,
7 the Contractor shall verify with the Engineer that:
8
9 1. Field tests 1, 2, and 3 as specified in Section 8-20.3(11) have been
10 completed; and
11 2. All other field tests specified in Section 8-20.3(14)0 have been
12 completed.
13 3. Four Contractor-supplied 48" x 48" W20-902 (NEW SIGNAL AHEAD)
14 signs and 4 x 6 wood posts shall each be installed at locations staked
15 by the Engineer. The Contractor shall remove these sign assemblies
16 two weeks after normal cycling operation has begun.
17 4. Give notice of the Turn-On date and time to the Engineer five working
18 days in advance of said date.
19
20 Traffic signal Turn-On procedures shall not commence until:
21
22 1. All required channelization - crosswalks, stop bars and pavement
23 markings have been installed; and,
24 2. All required signs have been installed.
25
26 Prior to Turn-On, the Contractor shall perform Field Test 4 in the presence of
27 Agency electronics technicians and electrical inspectors.
28
29 Field Test 4 shall proceed as follows:
30
31 1. Turn-On the signal system to its flash mode to verify proper flash
32 indications;
33 2. Stop all traffic from entering the intersection; and,
34 3. Allow the signal system to cycle through no less than one full signal
35 cycle to verify proper signal operation.
36
37 Based on the outcome of Field Test 4, the Contracting Agency electronics
38 technicians will order the Contractor to take one of the following actions:
39
40 1. Turn-On the signal system to normal cycling operation:
41 2. Set the signal system to its flash mode for a period not exceeding five
42 calendar days: or,
43 3. Turn-Off power to the signal system and cover all signal displays with
44 black opaque material.
45
46 If action 3 is taken, the Contractor shall schedule a new Turn-On date with the
47 Contracting Agency electronics technicians following the procedures given
48 herein.
49
50 Following Turn-On, all conflicting signs shall be removed as ordered by the
51 Engineer.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
000328
January 2007
IV-133
1 Turn-On to normal cycling operation shall start no earlier than 9:00 a.m. and be
2 completed prior to 2:00 p.m., however, no Turn-On will be allowed on Fridays,
3 weekends, holidays, or the day preceding a holiday.
4
5 8-20.3(14) Signal Systems
6
7 8-20.3(14)C Induction Loop Vehicle Detectors
8 Section 8-20.3(14)C is deleted and replaced with the following:
9
10 (******)
11 Video Detection
12 Temporary and permanent vehicle detection shall be provided via Iteris video
13 detection equipment. The video detection and ancillary equipment shall be as
14 required by Iteris. Four conductor hybrid cable shall be composed of RG-59
15 coaxial video cable and a three conductor #14 AWG jacketed power cable
16 conforming to International Municipal Signal Association (IMSA)
17 specification 20-1. The video and power cable shall not be spliced in more than
18 one location per cable.
19
20 8-20.3(14)E Signal Standards
21 Section 8-20.3(14)E is supplemented with the following:
22
23 (******)
24 Traffic Signal Standard Identification
25 Signal mast arms, Type II shafts, Type III shafts, Type IV shafts, Type V shafts,
26 and luminaire mast arms shall require identification tags. The identification shall
27 consist of a corrosion resistant metal tag riveted to the component. Tags for shafts
28 shall be located above the base plate hand hole. Tags for signal mast arms shall
29 be located above the arm connection. Tags for the luminaire arm shall be located
30 above the connection point. The tag shall conform to the detail shown on the
31 signal standard chart and include the approved pole drawing number, pole
32 number, manufacturer's name, and manufacture date. Identification of Type PPB,
33 Type PS and Type I standards is not required.
34
35 8-20.5 Payment
36 Section 8-20.5 is supplemented with the following:
37
38 (******)
39 All costs associated with the delivery of removed electrical equipment to remain
40 the property of the Contracting Agency to the Port Angeles City Light Salvage
41 Yard shall be included in the lump sum price for "Illumination System "
42
43 "Temp. Traffic Signal System - US 101 & Pine St.", lump sum.
44 The lump sum contract price for ''Temp. Traffic Signal System - US 101 &
45 Pine St." shall be full pay for the system as described, including removal.
46
47 ''Temporary Interconnect System - Marine Drive", lump sum.
48 The lump sum contract price for "Temporary Interconnect System - Marine Drive"
49 shall be full pay for furnishing all materials, labor, tool, equipment, services and
CITY OF PORT ANGELES
81b Street Bridge Replacements
PrOject 02-15
1V-134
000328
January 2007
.
.
.
.
.
.
1
2
3
4
5
6
7
8
9
10
11
incidentals necessary to furnish and install the temporary interconnect system as
detailed in the plans and specified herein.
"All. A Illumination System - ", lump sum.
"All. B Illumination System - ", lump sum.
The lump sum contract price for "All. A Illumination System - " and
"All. B Illumination System - " shall be full pay for furnishing all
materials, labor, tool, equipment, services and incidentals necessary to furnish
and install the illumination system as detailed in the plans and specified herein.
END OF DIVISION 8
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-135
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
DIVISION 9
MATERIALS
.
9-03 AGGREGATES
9-03.8 Aggregates for Hot Mix Asphalt
9-03.8(2) HMA Test Requirements
(May 25, 2006 APWA GSP)
Section 9-03.8(2) is supplemented with the following:
ESALs
The number of ESALs for the design and acceptance of the HMA shall be
*** 3.9 *** million.
9-29 IllUMINATION, SIGNALS, ELECTRICAL
9-29.3 Conductors, Cable
Section 9-29.3, shall be supplemented with the following:
(******)
Video Detector cable shall be hybrid oval-jacketed cable composed of one RG-59
coaxial video cable and a three conductor #14 AWG jacketed cable. The cable
shall meet the manufacturer's requirements for the video detection cameras and
detection interface modules in the controller. The three conductor cable shall be
in accordance with the International Municipal Signal Association (IMSA)
specification 20-1.
9-29.13 Traffic Signal Controllers
Section 9-29.13 is supplemented with the following:
.
(******)
Signal cabinets will be built per WSDOT Olympic Region's cabinet specifications
and cabinet wiring diagram. The following list is for the Contractor's information
only. All control equipment and modules shall be furnished by the Contracting
Agency:
Equipment requirements shall include the following:
1 ea. Type "P" Aluminum Controller Cabinet (Double Door).
Controller cabinets shall be finished inside with an approved finish
coat of exterior white enamel and outside with an approved enamel
finish, light gray or aluminum in color, with front and rear doors. Provide
for temporary installation of lifting eyes. The cabinet shall include two
shelves. Each shelf shall have additional support welded down the
center. The bottom shelf shall contain a slide out with lid for a laptop
computer and drawing storage.
1 ea. 16 Position Load Bay.
The load bay shall be fully wired including: 12 channel conflict monitor
cables; controller special function cable; TMM 500 "A" and "E"
cables,
.
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-136
000328
January 2007
. 1 fused load switch outputs (KTK-10 or equal), with 9 in. clearance from
2 field output terminals to cabinet floor. Fuse blocks shall be screw
3 terminal type with NO.1 0 post capable of accepting no less than two
4 No. 12 wires fitted with spade lugs. Phase amber or red flash
5 sequence shall be changeable without the use of tools. All 8-phase
6 Walk CMU inputs shall be made available on the back panel front.
7 Phase Walk CMU input to load switch shall be selectable with one
8 jumper per phase.
9
10 16 ea. Type SP 4301 Dual Indicating Load Switches.
11
12 1 ea. Eberle Design Inc. Model SSM-12LE Data Logging conflict monitor or
13 equal. CMU must display time, fault(s), and all load switch output
14 conditions simultaneously.
15
16 1 ea. Stop Time Switch.
17 Cabinets shall be equipped with a three position toggle switch that
18 provides Stop Time true inputs as follows: Auto - Stop Timing applied
19 by CMU during an abnormal condition, or by the flash position of the
20 police panel Flash-Auto switch. Oft - Stop Timing not true any time.
21 On - Stop Timing always true.
22
23 1 ea. 12 Two Channel Rack-Mounted Digital Loop Detectors (Timing Type)
24 14 Position Loop Detector/Opticom Card Rack
. 25 2 Positions wired for Opticom M752 Discriminators.
26 12 Positions wired for 2 channel loop detectors with respective phase
27 green inputs as follows:
28
29 L11
30 L21,L22,L23,L24
31 L31
32 L41,L42
33 L51
34 L61, L62, L63, L64 '
35 L71
36 L81, L82
37 Aux1 through Aux8
38
39 2 ea. 3M model 752 Phase Selectors (Opticom)
40
41 1 ea. Detector Display Panel
42
43 24 vehicle detection displays (PSB-28 LAMPS)
44
45 4 pedestrian detection displays (PSB-28 LAMPS)
46
47 4 pedestrian displays (PSB-120 LAMPS)
48
. 49 Detection switches shall be 1,4 inch mountALCO MTA106H
50 On-Oft-On (Momentary) miniature toggle type.
51
CITY OF PORT ANGELES 000328
8th Street Bridge Replacements IV -13 7 January 2007
Project 02-15
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36 9-29.17 Signal Head Mounting Brackets and Fittings
37 Section 9-29.17 is supplemented with the following:
38
39 (******)
40 The plumbizer required for the Type M mount shall be bronze as shown in
41 Standard Plan J-6g. The unit shall provide a wire way capable of accepting the
42 5-conductor cable without damage to the sheath, shall include three stainless
43 steel set screws, shall be mounted with a 3/8 inch stainless steel through-bolt
44 with washers and double nuts, and shall be painted with two coats of traffic
45 signal green baked enamel.
46
Lamps shall be protected by Sylvania Osram 3016X series
lenses. Lamp caps are not acceptable.
.
1 ea. 4 wire interconnect Hayes smart type Dial-up Modem.
1 ea. Traconex TMP-390 (J8 software) Controller with Special Function
Module shall meet or exceed the requirements specified in:
1. Washington Standard Specifications for Road, Bridge, and Municipal
construction.
2. National Electrical Manufacturers Association (NEMA) Publication No.
TS1-1976 as currently amended.
3. These Special Provisions.
1 ea. Traconex TMP-390 Multi-Comm Communication Module
1 ea. GDI212
PC programmable "S" Registers
PC programmable "AT" Command Set
Shall maintain programming for 12 months while unpowered
The following functions shall also be provided in the local signal control unit:
1. Guaranteed Yellow
The Yellow interval for all phases shall be 3.5 seconds unless the
operator sets a higher value for it.
.
2. Simultaneous Gap Out
Two concurrently timing phases shall simultaneously reach a rest state
prior to their termination by gap out and prior to advancing across the
barrier. A phase in dual ring operation may re-time its gap from a rest state
upon vehicle actuation:
.
CITY OF PORT ANGELES
81h Street Bndge Replacements
Project 02-15
N-138
000328
January 2007
.
.
.
1 9-29.18 Vehicle Detector
2 Section 9-29.18 is supplemented with the following:
3
4 (******)
5 Camera Detection
6 All detection shall be video detection. Video cameras and detection modules will
7 be furnished by the Contracting Agency for installation and set up and field testing
8 by the Contractor. A detection scheme that includes stop bar detection in left turn
9 lanes on the main street and all side street approach lanes will be required to be
10 set up, as directed by the Engineer.
11
12 9-29.19 Pedestrian Push Buttons
13 Section 9-29.19 is deleted and replaced with the following:
14
15 (******)
16 Where noted in the contract, pedestrian push buttons of substantially tamper-
17 proof construction shall be furnished and installed. They shall consist of a 2 % -
18 inch diameter chrome plated mushroom plunger and a single momentary contact
19 switch in a cast metal housing assembled with the push button sign shown in the
20 plans. The switch shall have a snap action contacts, actuated by a three bladed
21 beryllium copper springs, and shall be rated 10 amperes, 125 volts.
22
23 The pedestrian push-button assembly shall be constructed and mounted as
24 detailed in the contract. The assembly shall be constructed so that it will be
25 impossible to receive an electrical shock under any weather conditions.
26
27 END OF DIVISION 9
CITY OF PORT ANGELES
8lh Street Bndge Replacements
Project 02-15
IV-139
000328
January 2007
1 APPENDICES
2 (July 12, 1999)
3
4
5
6
7
8
9
10
11
12
The following appendices are attached and made a part of this contract:
***
APPENDIX A:
Summary of Geotechnical Conditions
APPENDIX B:
Disputes Review Board
***
CITY OF PORT ANGELES
8th Street Bridge Replacements
Project 02-15
IV-140
000328
January 2007
.
.
.
.
.
.
1 STANDARD PLANS
2 August 7, 2006
3 The State of Washington Standard Plans for Road, Bridge, and Municipal Construction
4 M21-01 transmitted under Publications Transmittal No. PT 06-035, effective August 7,
5 2006, is made a part of this contract.
6
7 The Standard Plans are revised as follows:
8
9 All Standard Plans
10 All references in the Standard Plans to "Asphalt Concrete Pavement" shall be
11 revised to read "Hot Mix Asphalt".
12
13 All references in the Standard Plans to the abbreviation "ACP" shall be revised to
14 read "HMA".
15
16 A-1
17 The TI E BAR length of 32" is revised to 30".
18
19 In the PCCP TO ACP LONGITUDINAL JOINT, SECTION VIEW: the reference to
20 Std. Spec. 5-04.3(11) is revised to Std. Spec. 5-04.3(12)8.
21
22 C-1 Sheet 2
23 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and
24 to 7/8" from 1".
25
26 C-11 b Sheets 1 and 2
27 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST-IN-
28 PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is
29 revised to CONCRETE CLASS 4000.
30
31 In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding
32 symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld
33 joints, and the 1/2" End Gussets have 1 /2" fillet weld joints.
34
35 D-1 a Sheet 2 & D-1 b Sheet 2
36 Reinforcing Steel Bar marked "R1" (see lower left corner): the dimension l' - 2
37 1/2" is revised to l' - 0 1/2".
38
39 F-3b
40 In SECTION "C": the dimension labeled VARIES - 3' - 0" TO "A" - TYPE 2A is
41 revised to VARIES - 3' - 0" TO "E" - TYPE 2A; VARIES - 2' - 6" TO "e" -
42 TYPE 2B is revised to VARIES - 2'_ 6" TO "G" - TYPE 2B; and, VARIES - 6'_
43 0" TO "B" is revised to VARIES - 6'- 0" TO "F".
44
45 G-8g Sheet 1
46 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the
47 parenthetical specification "12 GAGE" is revised to "7 GAGE".
48
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
IV-141
000328
January 2007
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
1-10
In NOTE 1: the reference to Standard Specification 8-01.3(5)A is revised to
Standard Specification 8-01.3(6)A.
K-1 through K-27
These plans are for local agency use only.
.
M-17.10-00
NOTE 2 is omitted. (See Standard Plan G-1 for sign mounting height)
The following are the Standard Plan numbers applicable at the time this project was
advertised. The date shown with each plan number is the publication approval date
shown in the lower right-hand corner of that plan. Standard Plans showing different
dates shall not be used in this contract.
A-1 ..................... 5/13/02 A-3 .................... 5/30/02 A-6 .................2/24/03
A-2 ..................... 5/09/02 A-5 .................... 2/24/03 A-7 ............... 10/04/05
8-5.20-00...........6/01/06 8-30.50-00........6/01/06 8-75.20-00..... 6/01/06
8-5.40-00........... 6/01/06 8-30.70-00........6/01/06 8-75.50-00.....6/08/06
8-5.60-00........... 6/01/06 8-30.80-00........ 6/08/06 8-75.60-00..... 6/08/06
8-10.20-00......... 6/01/06 8-30.90-00........6/08/06 8-80.20-00.....6/08/06
8-10.40-00......... 6/01/06 8-35.20-00 ........ 6/08/06 8-80.40-00 ..... 6/01/06
.
8-10.60-00.........6/08/06 8-35.40-00........6/08/06 8-82.20-00.....6/01/06
8-15.20-00.........6/01/06 8-40.20-00........6/01/06 8-85.10-00.....6/01/06
8-15.40-00......... 6/01/06 8-40.40-00........ 6/01/06 8-85.20-00.....6/01/06
8-15.60-00......... 6/01/06 8-45.20-00........6/01/06 8-85.30-00.....6/01/06
8-20.20-00.........6/01/06 8-45.40-00........6/01/06 8-85.40-00..... 6/08/06
8-20.40-00......... 6/01/06 8-50.20-00........6/01/06 8-85.50-00.....6/08/06
8-20.60-00......... 6/01/06 8-55.20-00........6/01/06 8-90.10-00.....6/08/06
8-25.20-00.........6/08/06 8-60.20-00........6/08/06 8-90.20-00..... 6/08/06
8-25.60-00.........6/01/06 8-60.40-00........ 6/01/06 8-90.30-00..... 6/08/06
8-30.10-00.........6/08/06 8-65.20-00........ 6/01/06 8-90.40-00.....6/08/06
8-30.20-00.........6/08/06
8-30.30-00.........6/01/06
8-30.40-00......... 6/01/06
8-90.50-00.....6/08/06
8-95.20-00..... 6/08/06
8-95.40-00.....6/08/06
8-65.40-00........ 6/01/06
8-70.20-00........ 6/01/06
8-70.60-00........ 6/01/06
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02-15
000328
January 2007
N-142
. 1 C-1 .. .... ............. 10/31/03 C-3 . . .. .. . .. . .. .. .... 1 0/04/05 C-8f ................ 6/30/04
2 C-1 a ................... 7/31/98 C-3a ................ 1 0/04/05 C-10 ............... 7/31/98
3 C-1 b ................. 10/31/03 C-3b ...............: 1 0/04/05 C-11 ............... 5/20/04
4 C-1 c ................... 5/30/97 C-3c .................. 6/21/06 C-11 a ............. 5/20/04
5 C-1 d ................. 10/31/03 C-3d .................. 3/03/05 C-11 b ... ..........5/20/04
6 C-2............. ........ 1/06/00 C-4 ............... ..... 7/13/01 C-12 ............... 7/27/01
7 C-2a................... 6/21/06 C-4a ....... .. .. .. .. ... 2/25/05 C-13 ............... 4/16/99
8 C-2b ................... 6/21/06 C-4b ..... ... .. . . .. . ... 6/08/06 C-13a ............. 4/16/99
9 C-2c ................... 6/21/06 C-4e . .. .... . .... .. .... 2/20/03 C-13b ............. 4/16/99
10 C-2d ................... 6/21/06 C-4f ................... 6/30/04 C-14a ............. 7/26/02
11 C-2e ................... 6/21/06 C-5 .................. 10/31/03 C-14b ............. 7/26/02
12 C-2f ....................3/14/97 C-6 .................... 5/30/97 C-14c ............. 7/26/02
13 C-2g ................... 7/27/01 C-6a .................. 3/14/97 C-14d ............. 7/26/02
14 C-2h ................... 3/28/97 C-6c .................. 1/06/00 C-14e ............. 7/26/02
15 C-2i .................... 3/28/97 C-6d .................. 5/30/97 C-14f .............. 9/02/05
16 C-2j .................... 6/12/98 C-6f ................... 7/25/97 C-14g ............. 9102/05
17 C-2k ................... 7/27/01 C-7 .................. 10/31/03 C-14h ............. 1/11/06
18 C-2n ................... 7/27/01 C-7a ................ 10/31/03 C-14i ............ 12/02/03
19 C-2o ................... 7/13/01 C-8 ....................4/27/04 C-14j ............ 12/02/03
20 C-2p.................10/31/03 C-8a .................. 7/25/97 C-14k ............. 1/11/06
21 C-2q ................... 3/03/05 C-8b .................. 1/11/06 C-16a ........... 11/08/05
22 C-2r.................... 3/03/05 C-8c ................ 11/08/05 C-16b ........... 11108/05
23 C-2s ................... 3/03/05 C-8d ................ 11108/05
24 C-2t.................... 3/03/05 C-8e ................ 11108/05
. 25
26 0-1 a ................... 1/23/02 0-2.30-00........ 11/10/05 0-2.80-00.....11/10/05
27 0-1 b .................10/06/99 0-2.32-00........ 11/10/05 0-2.82-00..... 11/10/05
28 0-1 c ................. 10/06/99 0-2.34-00........ 11/10/05 0-2.84-00.....11/10/05
29 0-1 d................. 10/06/99 0-2.36-00........ 11/10/05 0-2.86-00..... 11/10/05
30 0-1 e ................... 1/23/02 0-2.38-00........ 11/10/05 0-2.88-00..... 11/10/05
31 0-1 f.................. 10/06/99 0-2.40-00 ........ 11/10/05 0-2.92-00..... 11/10/05
32 0-2.02-00..........11/10/05 0-2.42-00........ 11/10/05 0-3 ................. 7/13/05
33 0-2.04-00..........11/10/05 0-2.44-00........ 11/10/05 0-3a ............... 6/30/04
34 0-2.06-00..........11/10/05 0-2.46-00........ 11/10/05 0-3b ............... 6/30/04
35 0-2.08-00..........11/10/05 0-2.48-00........ 11/10/05 0-3c ............... 6/30/04
36 0-2.10-00..........11/10/05 0-2.60-00........ 11/10/05 0-4............... 12/11/98
37 0-2.12-00..........11/10/05 0-2.62-00........11/10/05 0-6................. 6/19/98
38 0-2.14-00..........11/10/05 0-2.64-00........11/10/05 0-7............... 10/06/99
39 0-2.16-00..........11/10/05 0-2.66-00........ 11/10/05 0-7a ............. 10/06/99
40 0-2.18-00..........11/10/05 0-2.68-00........ 11/10/05 0-9............... 12/11/98
41 0-2.20-00..........11/10/05 0-2.78-00 ........ 11/10/05
42
43 E-1 ..................... 7/25/97 E-4 .................... 8/27/03 E -5 ................. 5/29/98
44 E-2 ..................... 5/29/98 E-4a .................. 8/27/03
45
46 F-1 ................... 12/17/02 F-2c...................6/23/04 F-3c .. . .. . .. .. .. .... 2/09/05
47 F-1 a................. 12/17/02 F-2d .................. 6/23/04 F-3d................ 2/09/05
48 F-2 ..................... 8/27/99 F-3 .................... 1/13/03 F-3e................ 2/09/05
49 F-2a ................... 6/23/04 F-3a .................. 2/09/05 F-,4 ................. 1/13/03
. 50 F-2b ................... 2/09/05 F-3b .................. 9/02/05
51
CITY OF PORT ANGELES 000328
8th Street Bridge Replacements IV-143 January 2007
Project 02-15
1 G-1.....................9/12/01 G-6.................... 8/27/03 G-8e............... 8/18/04 .
2 G-2.....................6/04/02 G-6a.................. 8/27/03 G-8f .............. 11/09/05
3 G-2a................... 6/04/02 G-6b.................. 8/27/03 G-8g. ............ 11/09/05
4 G-3................... .11 /09/05 G-7....................6/08/06 G-9a ............... 6/25/02
5 G-3a.. .. ... .. .. .. .. ... 11/09/05 G-8a................ 12/15/04 G-9b............... 6/08/06
6 G-3b..................11/09/05 G-8b................ 11/09/05 G-9c ............. 11/23/04
7 G-4a..................11/09/05 G-8c... ...............8/18/04 G-9d ............... 6/08/06
8 G-4b................... 6/30/04 G-8d................12/15/04
9
10 H-1.....................1/10/02 H-4 .................... 8/18/04 H-10 ............... 5/29/98
11 H-1 a....... ............ 4/14/00 H-4a ..................2/25/05 H-12 ............... 2/25/05
12 H-1 b ................... 6/21/06 H-4b .................. 2/25/05 H-12a ............. 2/25/05
13 H-1 c ................... 3/04/05 H-6.................. 10/29/03 H-12b ............. 2/25/05
14 H-1d...............:...6/21/06 H-7 .................... 8/10/98 H-13 ............... 2/25/05
15 H-1 e................... 6/21/06 H-8 ....................9/18/98 H-13a ............. 2/25/05
16 H-2..................... 3/04/05 H-9 ....................4/18/97 H-14 ............... 2/09/05
17
18 1-1 ...................... 7/18/97 1-6...................... 7/17/03 1-11 ....... .......... 9/11/03
19 1-2 ...................... 4/23/99 1-7......................7/17/03 1-12................. 7/17/03
20 1-3 ...................... 8/20/99 1-8...................... 7/17/03 1-13................. 7/17/03
21 1-4...................... 7/17/03 1-9...................... 7/17/03 1-14................. 7/17/03
22 1-5 ...................... 7/17/03 1-10.................... 7/17/03 1-15................. 7/13/05
23
24 J-1 b.................. 10/08/99 J-6g................. 12/12/02 J-11 b ......... .....9/02/05
25 J-1 c .................... 4/24/98 J-6h...................4/24/98 J-11 c.............. 6/21/06 .
26 J-1 d.....................1/11/06 J-7a................... 9/12/01 J-12.............. 11/08/05
27 J-1 e.....................1 /11/06 J-7c................... 6/19/98 J-15a ............ 1 0/04/05
28 J-1 1..................... 6/23/00 J-7 d................... 4/24/98 J-15b............ 10/04/05
29 J-3...................... 8/01/97 J-8a .. .... .. .. .. ... .... 5/20/04 J-16a .............. 3/04/05
30 J-3b.................... 3/04/05 J-8b................... 5/20/04 J-16b.............. 9/02/05
31 J-3c.................... 6/24/02 J-8c ................... 5/20/04 J-18 ................ 9/02/05
32 J -3d.. .. .. .. .. .. .. .. .. .11 /05/03 J-8d................... 5/20/04 J-19 ................ 9/02/05
33 J-5...................... 8/01/97 J-9a...................4/24/98 J-20 ................9/02/05
34 J-6c.................... 4/24/98, J-1 0................... 7/18/97
35 J-61..................... 4/24/98 J-11 a .................9/02/05
36
37 K-1 ................... 12/20/02 K-10 ................ 12/20/02 K-19 ............. 12/20/02
38 K-2 ................... 12/20/02 K-11 ................ 12/20/02 K-20 ............. 12/20/02
39 K -3 ................... 12/20/02 K-12 ................ 12/20/02 K-21 ............. 12/20/02
40 K-4 ....... ............ 12/20/02 K-13 ................ 12/20/02 K-22 ............. 12/20/02
41 K-5 ................... 12/20/02 K-14 ........ ........ 12/20/02 K-23 ............. 12/20/02
42 K-6................... 12/20/02 K-15 ................ 12/20/02 K-24 ............. 12/20/02
43 K-7 ................... 12/20/02 K-16 ................ 12/20/02 K-25 ............. 12/20/02
44 K-8 ................... 12/20/02 K-17 ........ ........ 12/20/02 K-26 ............. 12/20/02
45 K-9................... 12/20/02 K-18 ........ ........ 12/20/02 K-27 ............. 12/20/02
46
47 L-1 ..................... 7/18/97 L-3..................... 7/18/97 L-5a................ 7/31/98
48 L-2 ..................... 7/18/97 L-5..................... 7/31/98 L-6.................. 7/25/97
49 .
CITY OF PORT ANGELES 000328
8th Street Bridge Replacements IV -144 January 2007
Project 02-15
.
.
.
1
2
3
4
5
6
7
8
9
10
M-1.20-00 ..........2/25/05
, M-1AO-00 ..........2/25/05
M-1.60-00 ..........2/25/05
M-1.80-00 ..........2/25/05
M-2.20-00 ..........2/25/05
M-2AO-00 ..........2/25/05
M-2.60-00 .......... 2/25/05
M-3.10-00 ........ 12/15/04
M-3.20-00 ........12/15/04
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project 02- 15
M-3.30-00........12/15/04
M-3AO-00........ 12/15/04
M-3.50-00........12/15/04
M-5.1 0-00........ 12/15/04
M-7.50-00.......... 3/04/05
M-9.50-00.......... 3/04/05
M-11.1 0-00........ 3/04/05
M-15.1 0-00........ 2/25/05
M-17.1O-00........3/04/05
IV-145
M-20.1O-00..... 3/04/05
M-20.20-00..... 3/04/05
M-20.30-00..... 3/04/05
M-20AO-00.....3/04/05
M-20.50-00..... 3/04/05
M-24.20-01..... 5/31/06
M-24AO-01.....5/31/06
M-24.60-01.....5/31/06
000328
January 2007
.
Appendix A.
Summary of Geotechnical Conditions
.
.
.
.
.
SUMMARY OF GEOTECHNICAL CONDITIONS
As encountered in the subsurface explorations conducted at the bridge sites, the subsurface
conditions at the pier locations for the 8th Street Bridge Replacements include soils that have
been overridden by glaciers and alluvial valley infil!. The steep side slopes of both valleys also
have disturbed colluvial soils (slope wash) that are either weathered in place or the result of
surficial slope instability (sloughing) and/or erosion. The alluvial valley infill is potentially
liquefiable during the design seismic event.
Saturated ground conditions were encountered in the test borings drilled during the subsurface
explorations. Based on groundwater measurements in open standpipe piezometers installed
during the subsurface exploration program, groundwater is at or near the ground surface at the
location of most of the interior piers for the replacement structures. Artesian groundwater
conditions are indicated at the east interior pier for the Tumwater structure. The contractor may
need to provide temporary casing and/or dewatering in order to control ground pressures during
shaft excavation and construction.
Shafts will be installed through potentially caving alluvial or colluvial/slide debris materials and
into dense-to-very-dense glacial soils with gradations that vary from dominantly fine-grained
matrix to more granular sands and gravels. The potential for encountering cobbles and/or
boulders during shaft excavation is high.
CITY OF PORT ANGELES
8th Street Bridge Replacements
ProjectNo 02-15
IV-A-!
000328
January 2007
.
Appendix B.
Disputes Review Board
.
.
.
(January 5, 2004)
Appendix to the Special Provisions Disputes Review Board
Scope of Work
The Scope of Work of a Board includes, but is not limited to, the following items of work:
Board Consideration of Disputes or Claims: Upon request by either the State or the
Contractor to review a dispute, the Board shall convene to review and consider the
issue. Both the State and the Contractor shall be given the opportunity to present their
evidence at these meetings. The time and location of Board meetings shall be
determined by the State, Contractor, and Board. It is expressly understood that the
Board members are to act impartially and independently in the consideration of facts
and conditions surrounding any written appeal presented by the State or the Contractor
and that the recommendations concerning any such appeal are advisory.
Procedures: Prior to any hearing involving a contract dispute, the Board will meet with
the State and the Contractor to establish the rules and procedures that will govern the
Board's participation in the Project as set forth in the Special Provisions of the
construction contract. In establishing the rules and procedures, the parties may
consider the Suggested Administrative Procedures included in this Appendix. The
Board may establish any internal rules and procedures not covered in the Agreement
with the State and the Contractor. The Board's recommendations resulting from its
consideration of a dispute shall be furnished in writing to the State and the Contractor.
The recommendations shall be based on the construction contract provisions and the
facts and circumstances involved in the dispute.
.
Furnishing Documents: The State shall furnish to the Board three copies of the
contract and other documents, which are or may become pertinent to the activities of
the Board. The Contractor shall furnish to the Board three sets of documents, which
are or may become pertinent to the activities of the Board, except documents furnished
by State.
Construction Site Visits: The Board members shall visit the project site to keep abreast
of construction activities and to develop a familiarity of the work in progress. The
frequency, exact time, and duration of these visits shall be as mutually agreed between
the State, the Contractor, and the Board.
Suggested Administrative Procedures
Objective
.
The principal objective of the Board is to assist in the resolution of disputes, which
would otherwise be likely submitted to litigation processes. If this objective is achieved,
such disputes can be resolved promptly, with minimum expense, and with minimum
disruption to the administration and performance of the work. It is not intended for the
State or the Contractor to default on their normal responsibility to amicably and fairly
settle their differences by indiscriminately assigning them to the Board. It is intended
that the mere existence of the Board will encourage the State and the Contractor to
resolve potential disputes without resorting to this appeal procedure. But when a
dispute which is serious enough to warrant the Board's review does develop, the
machinery for prompt and efficient action will already be in place.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No. 02-15
IV-B-I
000328
January 2007
Responsibility of the Board
.
Render findings and recommendations on disputes between the Contractor and the
State arising from the construction contract. Primarily, the Board will consider claims
and disputes involving interpretation of the Plans and Specifications, delays,
acceleration of the work, scheduling, classification of extra work, changed conditions,
design changes, and the like. During its regular visits to the job site, the Board will
encourage the settlement of differences at the job level.
The Board will refrain from officially giving any advice or consultative services to either
party. The individual members will act in a completely independent manner and will
have no consultative or business connections with either party.
During routine meetings of the Board as well as during formal hearings, Board
members should refrain from expressing opinions on the merits of statements on
matters under dispute or potential dispute. Opinions of Board members expressed in
private sessions should be kept strictly confidential.
Normally, the Board member selected by the first two will act as Chairman for all
activities. However, this post may be delegated to another member from time-to-time.
Regular Construction Progress Meetings
All regular meetings will be held at or near the job site. The frequency of regular
meetings will be set by agreement of the Board, the Contracting Agency, and the
Contractor, consistent with the construction activities and the matters under .
consideration and dispute. Each meeting will consist of a round table discussion and a
field inspection of the work being performed on that contract. The round table
discussion will be conducted by a member of the State's staff and will be attended by
selected personnel from the State and the Contractor. The agenda will generally be as
follows:
. Meeting opened by Chairman of the Board.
. Remarks by the State's representative.
. A description by the Contractor of work accomplished since the last meeting,
the current status of the work, schedule-wise, and a forecast for the coming
period.
· An outline, by the Contractor, of potential problems and a description.
. An outline, by the State's Project Engineer, of the status of the work as the
Project Engineer views it.
· A brief description, by the Contractor or the State, of potential claims or
disputes, which have surfaced since the last meeting.
. A summary, by the Contractor, the State, or the Board, of the status of past
disputes and claims. .
CITY OF PORT ANGELES
8th Street Bndge Replacements
PrOject No 02-15
IV-B-2
000328
January 2007
.
The State will prepare minutes of all regular meetings and circulate them for revision
and approval by all concerned.
The field inspection will cover all active segments of the work, the Board being
accompanied by both State and Contractor personnel.
Handling of Written Appeals
When the Board receives a written appeal, it shall first reach agreement with the
parties on a time to conduct the hearings. The decision shall be tempered by the
desires and needs of the State and the Contractor. If the matter is not urgent, it may be
scheduled for the time of the next regular visitation to the project. For an urgent matter,
the Board should meet at its earliest convenience.
The Board may also request that written documentation concerning the dispute be sent
to each individual member for study before the hearing begins. A party furnishing any
written documentation to the Board must furnish copies of such information to the other
party before the hearing begins.
Normally, the hearings would be conducted at the job site. However, any location,
which would be more convenient and still provide all required facilities and access to
the necessary documentation, would be satisfactory. Private sessions of the Board
may also be held at a location other than the job site.
.
For hearing on disputes, the third member or one of the other members designated by
the third member of the Board will act as Chairman. The State and the Contractor shall
have a representative at all hearings. The claimant will discuss the dispute followed by
the other party. Each party will then be allowed one or more rebuttals until all aspects
are thoroughly covered. Each time a person testifies, the Board members may ask
questions, seek clarification, or request further data. The Board may request from
either party documents or information that would assist the Board in making its findings
and recommendations, including, but not limited to, documents used by the Contractor
in preparing the bid for this project. A refusal by a party to provide information
requested by the Board may be considered by the Board in making its findings and
recommendations. In large or complex issues, one or more additional hearings may be
necessary in order to consider all the evidence presented by both parties.
During open hearings, no Board member should express an opinion concerning the
merit of any facet of the dispute. By the same token, all Board deliberations should be
conducted in private, with all interim individual views kept strictly confidential.
After the hearings are concluded, the Board shall meet in private and reach a
conclusion supported by two or more members. Its findings and recommendations,
together with its reasons shall then be submitted as a written report to both parties.
The recommendations shall be based on the pertinent contract provisions and facts
and circumstances involved in the dispute.
The Board should make every effort to reach a unanimous decision. If this proves
impossible, the dissenting member may prepare a minority report.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
Project No 02-15
IV-B-3
000328
January 2007
Although both parties should place weight upon the Board's recommendations, they .
are not binding. Either party may appeal a recommendation to the Board for
reconsideration. However, if the Board's recommendations do not resolve the dispute,
all records, and written recommendations, including any minority reports, may be
admissible as evidence in any subsequent litigation.
Miscellaneous
It is not desirable to adopt hard and fast rules for the functioning of the Board. The
entire procedure should be kept flexible so that it can adapt to changing situations. The
Board should initiate, with the other parties' concurrence, new rules or modifications to
old ones whenever this is deemed necessary.
.
.
CITY OF PORT ANGELES
8th Street Bndge Replacements
PToJectNo 02-15
IV-B-4
000328
January 2007
.
P ART V
ATTACHMENTS
A. Federal Contract Provisions - Federal Aid Construction Contracts
B. Washington State Prevailing Wage Rates for Clallam County
C. Davis-Bacon Prevailing Wage Rate Schedule for the Area
. D. Request for Information (RFI) and Construction Change Order (CCO) Forms
E. Contractor's Application for Payment Form
F. Project Approvals, Permits, and Agreements
G. Log of Test Borings
H. Project Plans
.
.
Attachment A.
Federal Contract Provisions-
Federal Aid Construction Contracts
.
.
.
.
.
-------- - - ------- ---
FHWA.' 713 (16clronlc V6,"on Marc}, 10 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
I.
II.
III.
IV.
V.
VI
VII.
VIII.
IX.
X.
Page
1
1
3
3
6
6
7
7
7
XI.
Generel
NondiSCrimination
Nonsegregated FacIlities . . . . . , . . , . . . .
Payment of Predetermined MInimum Wage
Statements and Payrolls . . .
Record of Matenals, Supplies. and Labor ...
Subletting or Assigning the Contrect ...
Safety ACCident Prevention. . . . .
False Statements Concerning Highway Projects
Implamentatlon of Clean Air Act and Federal
Watar Pollution Control Act
CertIficatIOn Regarding Dabarment, SuspenSion,
IneligibilIty, and Voluntary Exclusion ..
CertificatIon Regerding Use of Contract Funds for
Lobbying
XII.
ATTACHMENTS
A. Employment Preference for Appalachian Contracts
(Included In Appalachian contracts only)
I. GENERAL
1 These contract prOVISions shall apply 10 all work performed
on the contract by the contractor's own organizatIon and With
the assistance of workers under the contractor's Immediate
superintendence and to all work performed on the contract by
pIecework, station work, or by subcontract
2. Except a< otherWise prOVided for in each sectIOn, the
contractor shall Insert In each subcontract all of the stlpulatlOn<
contained In these ReqUIred Contract ProVISions, and further
require their Inclu<lon In any lower tier <ubcontract or purchase
order that may In turn be made The ReqUired Contract ProvI-
Sions shall not be Incorporated by reference In any ca<e The
pllme contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor With these ReqUired
Contract ProVIsIOns
3. A breach at any ot the stipulations contained In these
ReqUired Contract PrOVisions shall be suffiCIent grounds for
termination of the contract.
4 A breach of the follOWing clauses 01 the ReqUired Conlract
PrOVISions may also be grounds for debarment as prOVIded In 29
CFR 5 12:
SectIOn I, paragraph 2.
SectIOn IV, paragraphs 1, 2, 3, 4, and 7;
Section V. paragraphs 1 and 2a through 2g.
6. Disputes allsmg out of the labor standards prOVISions 01
Section IV (except paragraph 5) and Section V of these ReqUired
Contract PrOVISions shall not be subject 10 the general disputes
clause of thiS contract. Such disputes shall be resolved m accor-
dance WIth the procedures of the U.S Department of labor
(DOL) as set forth In 29 CFR 6, 6, and 7 Disputes wlthm the
meaning of thiS clause include disputes between the conlractor
(or any of ItS subcontractorsl and the contracting agency, the
DOL, or the contractor's employees or their representatives
6. Selection of labor DUling the performance of th.. con
tract, the contractor shall not.
a discriminate against labor from any other Stete, posses-
Sion, or territory of the United States (except for employment
preference for Appalachian contracts, when applicable, as
speclfted In Attachment AI, or
b. employ convict lebor for any purpose Within the limIts
of the project unless It IS labor performed by convicts who are on
parole, superVised release, or probation
8
II, NONDISCRIMINATION
8
(Apphcable to all Federal-aid constructIOn contracts end to all
related subcontracts of S10,000 or more)
9
1 . Equal Employment Opportunity Equal employment
opportunity (EEOI reqUirements not to dlSCllmlnate and to take
affirmative \,ctlon to assure equal opportunity as set forth under
laws, executive orders. rules, regulations (28 CFR 36, 29 CFR
1630 and 41 CFR 601 and orders of the Secretary of Labor as
rnodlfl8d by the prOVISIonS preSCribed herein, and Imposed
pursuant to 23 U S C. 140 shall constitute the EEO and speCIfiC
affnmatlve actIOn standards for the contractor's project actiVities
under thiS contract The Equal Opportunity Construction
Contract SpeCifIcatIOns set forth under 41 CFR 60-4 3 and the
prOVISions of the Amellcan D,sabilll,es Act of 1990 (42 U.S.C.
121 01 ~ ~.) setlorth under 28 CFR 35 dnd 29 CFR 1630 are
Incorporated by reference In thiS contract. In the executIOn of
thIS contract, the contractor agrees to comply With the follOWIng
mmlmum speCifiC reqUirement aCtiVities of EEO.
a The contractor will work With the State highway agency
(SHA) and the Federal Government In carrYing out EEO obhga.
tlons and In their review of his/her actiVities under the contract.
b. The contractor Will accept as hiS operating policy the
follOWing statement.
"It IS the pohcy 01 thiS Company to assure that apphcants
ere employed. and thaI employees are treated dUring
employment, WIthout regard 10 their race, relIgion, sex,
color, natIOnal ongln, age or dIsabIlity. Such actIOn shall
Include employment, upgrading, demotIOn. or transfer.
recrUitment or recruitment advertiSing; layoff 01 termination,
rales 01 payor other forms of compensation. and selection
for training, Including apprenticeship, preapprentlcesh.p,
and/or on-the-Job training."
2. EEO Officer The contractor Will deSignate and make
known to the SHA contracting officers an EEO Officer who Will
have the responslblhty lor and must be capable of effectively
admlnlstenng and promotIng an actIve contractor progrem of EEO
and who must be aSSIgned adNluate authOrity and responSibilIty
to do so
3 Dissemination of Policy; All members 01 the contractor's
staff who are authonzed to hire, superVise, promote. and diS-
charge employees, or who recommend such action. or who are
substantially Involved m such ectlon, Will be made fully cognizant
of, and wllllmplemenl, the contractor's EEO policy and contrac.
tual responSibilitIes to prOVide EEO in each grade and c1asslftca-
tlon of employment. To ensure that the above agreement Will be
P..oel
met, the follOWing actions will be taken as a minimum'
a. Periodic meetings of supervisory and personnel office
employees Will be conducted before the start of work and then
not less often than once every SIX months, at which tIme the
contractor's EEO policy and ItS Implementation will be reviewed
and explained. The meetings Will be conducted by the EEO
Officer.
b. All new supervisory or personnel office employees Will
be glvan a thorough indoctrination by the EEO Officer, covering
all major aspects of the contractor's EEO obligations Within thirty
days follOWing their reporting for duty With the contractor
c. All personnel who are engaged In direct recruitment for
the project Will be Instructed by the EEO Officer In the contract.
or's procedures for locating and hiring minority group employees.
d NotIces and posters setting forth the contractor's EEO
policy Will ba placed In areas readily acceSSible to employees,
applicants for amployment and potential employees.
e. The contractor's EEO pohcy and the procedures to
Implement such pohcy Will be brought to the attention of employ.
ees by means of meetings, employee handbooks, or other
appropriate means
4 Recruitment. When advertiSing for employee.. the contrac-
tor will Include In all advertisements lor employees the notation:
"An Equal Opportunity Employer" All such advertisements Will
be placed In publicetlons haVing a large clfculatlon among
minority groups In the area !rom which the project work force
would normally be derived
a. The contractor will, unloss precluded by a valid bargain-
Ing agreement, conduct systematic and direct recruitment
through public and private employee referral sources likely to
Yield quahllcd mlnollty group apphcants To meet thiS requlfe-
ment, the contractor Will Identify sources of potential minority
group employees, and establish With such Identified source.
procedures whereby mlnomy group applicants may be referred to
the contractor for employment consideratIOn.
b. In the event the contractor has a valid bargamlng agree.
ment prOViding for exclUSIve hlflng hall referrals, he IS expected
to observe the prOVISiOnS of that agreement to the extent that the
system permlls the contractor's compliance With EEO contract
proviSions (The DOL has held that where Implementation of
such agreements have the effect of diSCriminating agamst
mlnOfltles or women, or obligates the contractor to do the same,
such implementation Violates Exacutive Order 11246, as amend-
ed.)
c. The contractor Will encourage hIS present employees to
refer minority group applicants for employment Informallon and
procedures With regard to referring mmorlty group applicants Will
be discussed With employees.
5, Personnel Actions: Wages, working conditions, and
employea benefits shall be established and administered, and
personnel actions of every lype, Including hlllng, upgrading,
promotion, transfer, demotion, layoff, and terminatIOn, .hall be
taken Without regard to race, color, rehglon, sex, natIOnal orrgln,
age or disability. The lollowmg procedures shall be followed:
a. The contractor Will conduct perIOdiC Inspections 01
prOject sites to Insyre that working conditions and employee
faolhtles do not Indicate diSCriminatory treatment of prolect site
personnel.
Peoe2
b The contractor Will periodically evaluate the spread of
weges paId wlthm each claSSification to determine any eVidence
01 d,scllmonatory wage practices
.
c -rhe contractor Will periodIcally review selected person-
nel actions m depth to determone whether there IS eVidence of
dlscllmmatlon Where eVidence IS found, the contractor Will
promptly take corrective action. II the review indicates that the
dlscllmlnatlon may extend beyond the aCllons reviewad, such
oorrectlve ectlon shall Include ell affected persons.
d The contractor will promptly investigate all complaints
of alleged dlSCllmlnatlon made to the oontractor m connection
With his obligations under thiS contract, Will attempt to rasolve
such complaints, and will take appropriate corrective action
Within a reasonable time. If the investigation mdlcates that the
dlscflmmatlon may affect persons other than the complainant,
such corrective action shall Includa such other persons. Upon
completion of each InvestigatIOn, the contractor wlllmform every
complamant of all of hiS avenues of appeal
6 Training Bnd Promotion:
a. The contractor Will assist 10 10catlOg, qualifYing, and
Inoreaslng the skills of mlOoflty group and women employees.
and applicants for employment.
b Consistent With the contractor's work force require-
ments and as permiSSible under Federal and State regulations, the
contractor shall make full use of training programs, Ie, appren-
ticeship, and on-the-Job tramlng programs for the geogrephlcel
urea 01 contraot performance. Where feaSible, 25 percent of
apprentices or trainees 10 eaoh occupation shall be In thelf first
year of apprentICeship or training. In the event a speolal provI-
sion for tralnong IS prOVided under thiS contract, thiS subpard-
graph will be superseded as indicated m the speCial prOVISIon
.:
c The contrector Will adVise employees and applicants lor
employment of available training programs and entrance require.
ments for each.
d. The contractor Will peflodlcally raview the training end
promotIOn potential 01 minority group and women employees and
Will encourage eligible employees to apply for such tramlng and
promotion.
7 Umons: II the contractor relies m whole or In part upon
unions as a source of employees, the contractor will use his/her
best efforts to obtain the cooperatIOn of such unIOns to Increese
opportunities for mlnollly groups and women Within the Unions,
and to effect referrals by such unions of mllloflly and female
employee. Actions by the contractor either directly or through
a contractor's aSSOCIation acting as agent will Include the proce-
dures set forth below
a. The contractor Will use best efforts to develop, In
cooperation With the Unions, 10lnt trmnlng programs aimed
lowdrd qualifYing more mlnonty group members and women for
membership In the unions and IrIcreaslflg the skills of mlnoflty
group employees dnd women so that they may qualify for higher
paYing employment.
b. The contractor will use best efforts to Incorporate an
fEO clause Into each union agreement to the end tl1at such union
Will be contractually bound to refer applicants Without regard to
thell race, oolor, religIOn, sex, natIOnal on91r1, age or dlsablilty
c. The contractor IS to obtain information as to the referral
.
.
.
.
practlcas and pohclas of the labor union excapt that to the extent
such Information is within tha axcluslve possession of the labor
union and such labor union refuses to furnish such information to
the contractor, the contractor shall so certify to the SHA and
shall set forth what efforts have been made to obtain such
,nformation
d. In the event the union IS unable to provide the contrac-
tor with a reasonable flow of minority and women referrals Within
the time limit set forth in the collective bargaining agreemant, the
contractor will, through Independent recruitment efforts, fill the
employment vacancies Without regard to race, color, religion,
sex, natlonel Origin, age or disllblllty; making full efforts to obtain
qUlllifled and/or qualiflabla minority group persons and woman.
(The DOL has held that It shall be no IIxcusa that the union With
which the contractor hilS II collective bllrgalnlng IIgreement
prOViding for exclUSive referral failed to refer mlnortty employees)
In the event tha unIOn referral practice prevents the contractor
from meeting tha obligations pursuant to Execullve Order 11246,
as amendad, and thasa spacial prOVISions, such contractor shall
Immedlataly notify the SHA
8. Selection of Subcontractor., Procurllment of Matenels end
leasing of Equipment The contractor shall not dlscnmlnata on
the grounds of race, color. religion, sex, national origin, age or
disability in the selection and retennon of subcontractors, Includ.
Ing procurement of matenals and lea5e~ of equipment
a. The contractor shall notify all potential subcontractors
and suppliers of his/her EEO obligations under thiS contract
b. Disadvantaged bUSiness enterpnses (DBE), as defined In
49 CFR 23, shall have equal opportunity to compete for and
perform subcontracts which the contractor enters I nto pursuant
to thiS contract. The contractor Will use hiS best efforts to soliCit
bids from and to utlllza DBE subcontractors or subcontractors
With meaningful mlnorrty group and female representation among
thelf employees Contractors shall obtain lists of DBE construc-
tion firms from SHA personnel.
c. The contractor will use hiS best efforts to ensure
subcontractor compliance With their EEO obligations
9, Records IInd Reports: The contractor shall keep such
records as necessary to document compliance wllh the EEO
reqUirements. Such records shall be retained for a period of three
years follOWing completion of the contract work and shall be
evallable at reasonable times and places for inspectIOn by autho-
rized represantatlves of the SHA and the FHWA
a. The records kept by the contractor shall document the
followlng-
(1) The number. of mrnorlty and non.mlnorlty group
members and women employed In each work claSSificatIOn on the
project,
(2) The progre~s and efforts berng made In cooperation
With Unions, when applicable, to rncrease employment opportuni-
ties for mrnOrltles and women,
(3) Tha progress and efforts being made In locating,
hiring, training, quelifyrng, and upgrading mlnorrty and female
employees; and
(4) The progress and efforts berng made In securing the
services of DBE subcontractors or subcontractors with meaning-
ful mrnority and female representation among their employees
b The contractors Will submit an annual report to the SHA
each July for the duretion of the proJect, indicating tha number
of minority, women, and non-mrnority group employees currently
engaged In eech work claSSIfication reqUired by the contract
work. ThIS tnformation IS to be reported on Form FHW A-1 391 .
If on-the job training IS being requored by speCial prOVISion, the
contractor Will be reqUired to collect and report training date.
III. NONSEGREGATED FACILITIES
(Applicable to all Federal-aid constructIOn contracts end to all
related subcontracts of $10,000 or more.)
a. By submiSSIon of thiS bid, the exacutlon of thiS contract or
subcontract, or the consummetlon of thiS materiel supply agree-
ment or purchese order, as epproprlate, the bidder, Federal-aId
construction contractor, subcontractor, matenal suppher, or
vendor, as epproprlate, certifies that the form does not melntaln
or prOVide for I!S employees eny segregated faCIlities at any of ItS
estabhshments, end that the firm does not permit Its employees
to perform theor services at any location, under Its control, where
segregated faCIlities are maintained. The firm agrees thet e
breach at thiS certification IS a Violation of the EEO prOVISionS of
thiS contract. The hrm further certifies that no employe a Will be
denied access to adequate facllines on the baSIS of sex or
disability
b As used In th,s certification, the term "segregated
facllltlos" means any waiting rooms, work areas, restrooms end
washrooms, restaurants and other eating areas, tlmeclocks,
locker rooms, and other storage or dreSSing areas, parking lots,
dnnkrng fountains, recreation or entertainment areas, transpor-
tation, and hOUSing faclhnes prOVided for employees which ere
segregated by expliCit directive, or are, In fact, segregated on the
baSIS of race, color, religion, national ongln, aye or disability,
because of habit, local custom, or otherWise The only exceptIOn
Will be for the disabled when the demands for acceSSibility
override Ie g. disabled parking)
c The contractor dgrees that It has obtained or will obtain
Identical certificatIOn from proposed subcontractors or matenal
suppliers pnor to award of subcontracts or consummation of
material supply agreements of $10,000 or more and that It Will
retain such certifications In .ts hies.
IV. PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federel-ald construction contrects exceeding
$2,000 and to all related subcontracts, except for prOjects
located on roadways claSSified as local roads or rural minor
collectors, which are exempt)
General'
All mechaniCS and laborers employed or working upon
the site of the work Will be paid unconditIOnally and not less
often than once a week and without subsequent deduction or
rebate on any account lexcept such payroll deductions as ere
permitted by regulations 129 CFR 3) Issued by the Secretary of
labor under the Copeland Act (40 U.S.C. 276c)l the full amounts
of weges end bona fide fnnge benefits (or cash eqUivalents
thereof) due at trme of payment The payment shall be computed
at wage rates not less than those contained In the wage determi-
nation of the Secretary of labor (hereinafter "the wage determi-
nation") which IS attached hereto and made a part hereof,
regardless of any contractual relatronship which may be alleged
to eXist between the contractor or lIs subcontractors and such
laborers and mechaniCS. The wage determinatIOn (Including any
Paoc3
additional classifIcations and wage rates conformed under
paragraph 2 of thiS Sactlon IV and the DOL poster (WH-l 321) or
Form FHWA-149S) shall be posted at all tImes by the contrector
and Its subcontractors at the site of the work In a prominent and
acceSSIble place where it can be eaSily seen by the workers. For
the purpose of thiS SectIOn, contnbullons made or costs reason-
ably antIcIpated for bona fIde fringe benefits under SectIon
1 (b)(2) of the DaVis-Bacon Act (40 U.S.C. 276a) on behalf of
laborers or mechaniCS are conSIdered wages paId to such laborers
or mechanICS, subject to the prOVISions of Section IV, paragraph
3b, hereof. Also, for the purpose of thIS Section, regular
contnbutlons made or costs Incurred for more than a weekly
penod (but not lass often than quarterly) under plans, funds, or
programs, which cover the particular weekly period, are deemed
to bo constructively made or Incurred dunng such weekly penod.
Such laborars and mechaniCS shall ba paId the appropnate wage
rate and fnnge benefits on the wage determination for the
claSSifIcation of work actually performed, WIthout regard to Skill,
except as prOVided in paragraphs 4 and 5 of thIS Section IV
b. Laborers or mechaniCS performing work In more than one
claSSificatIon may be compensated at the rate specifted for each
claSSification for the time actually worked therem, prOVIded, that
the employer's payroll records accurately set forth the time spent
m each classlftcallon In whIch work IS performed.
c. All ruhngs and InterpretatIons of the DaVIs-Bacon Act
and related acts contained In 29 CFR I, 3, and 5 are herein
Incorporated by reference In thiS contract.
2. Classification
a. The SHA contractmg officer shall requlle that any class
of laborers or mechaniCS employed under the contract, which IS
not hsted In the wage determmatlOn, shall be claSSIfied In
conformance with the wage determmatoon
b The contrectmo officer shall approve an additional
claSSification, wage rate and fringe benefits only when the
following cntena have been met
(1) the work to be performed by the additional classlfl.
cation requested IS not performed by a claSSIfication m the wage
determmatlon,
(2) the additIonal claSSificatIOn IS utilized In the area by
the construction Industry;
(3) the proposed waoe rate, including any bona fide
fringe benefits, bears a reasonable relationship to the wage rates
contained In the wage determination, and
(4) With respect to helpers, when such a claSSIfication
prevaIls In the area In which the work IS performed.
c If the contractor or subcontractors, as appropriate, the
leborers end mechaniCS (If known) to be employed in the
addltlonel c1esqlflcatlon or their representatIves, and the contract-
ing officer agree on the classlflCallon and wage rate (Including
the amount designated for fringe benefits where appropriate). a
report of the action taken shall be sent by the contracting officer
to the DOL, Administrator of the Wage and Hour DIVISIon,
Employment Standards Admlnlstratoon, Washington, D.C_ 20210.
The Wage and Hour Administrator, or an authOrized representa-
tive, Will approve, modify, or disapprove every addItional
claSSIfication ection Within 30 days of receipt and so adVise the
contracting officer or Will nollfy the. contracting ofhcer Within the
30-day perood that additional time IS necessary
Page 4
d. In the event the contractor or subcontractors, as appro-
pro ate, the laborers or mechaniCS to be employed In the addltoonal
claSSificatIon or their reprasentatlves, and the contracting offIcer
do not agree on the proposed claSSIfication and wage rate
(including the amount deSignated for fronga benefits. whera
appropriata). the contracting officer shall refer the questIons,
Including the vlaws of all Interested parties and the recommenda-
tIon of the contracting officer, to the Wage and Hour Administra-
tor for determinatIon. Said AdmInistrator, or an authorozed
representatIve, WIll Issue a determInatIon within 30 days of
receipt and so adVIse the contractIng officer or WIll notify the
contracting offIcer within the 3D-day perood that additIonal lime
IS necessary
.
e. The wage rate hncludlng fronge benefits where appropn-
ate) determined pursuant to paragraph 2c or 2d of thiS SactlOn IV
shall be paid to all workers performing work in the additional
claSSIfication from the first day on which work IS performed In
the claSSIfication.
3. Payment of Fronge Benefits:
a Whenever the mInimum waga rata preSCribed In the
contract for a class of laborers or machanlcs Includes a fringe
benefIt which IS not expressed as an hourly rate, the contractor
or subcontractors, as approproate, shall either pay the benefit as
stated In the wage determmallon or shall pey another bona fide
fringe benefit or an hourly case eqUivalent thereof
b. If the contractor or subcontractor, as appropriate, does
not make payments to a trustee or other third person, he/she may
conSider as a part of the wages of any laborer or mechaniC the
amount of any costs reasonably antiCipated In prOViding bona fide
fronge benefits under a plan or program, prOVided, thet the Secre-
tary of Labor has found, upon the wrItten request of the contrac-
tor, that the applicable standards of the DaVis-Bacon Act have
been met. The Secretary of Labor may requlle the contractor to
sot aSIde m a separate account assets for the meeting of
obligations under tha plan or program.
.
4. ApprentIces and Trainees {Programs of the U.S DOL) end
Helpers.
a. Apprentices'
(1) Apprentices Will be permitted to work at less than
the predetarmlned rate for the work they performed when they
are employed pursuant to and indiVidually registered In a bona
fide apprenticeship program registered With the DOL, Employ-
ment and TraIning AdministratIon, Bureau of Apprenticeship and
Training, or WIth a Slate apprenticeshIp agency recognized by the
Bureau, or If a person IS employed In his/her first 90 days of
probatIonary employment as an apprentIce In such an apprentice-
ship program, who IS not indiVidually registered In the program,
but who has been certified by the Bureau of ApprentIceship end
Training or a State apprentIceship agency (where approptlate) to
be eliglbla for probatIOnary amployment as an apprentice.
(2) The allowable ratIO of apprentices to Journeyman-
level employeas on the lob sIte In any craft claSSIficatIon shall not
be greater than the ratio permitted to the contractor as to the
enllte work force under the regIstered program. Any employee
listed on a payroll at an apprentIce wage rate, who IS not regIs-
tered or otherWise employed as stated above, shall be paid not
less than the apphcable wage rate listed In the wage determina-
tion for the classificatIon 01 work actually performed. In addItion,
any apprenllce performing work on the lob sIte In excess of the
ratio permItted under the regIstered program shall be paid not less
.
.
than the apphcable wago rate on the wage determination for the
work actually performed. Where a contractor or subcontractor
IS performing construction on a project In a locality other than
that In which ItS program IS registered, the ratios and wage rates
(expressed In percentages of the journeyman'level hourly rate)
speCified In the contractor's or subcontractor's registered
program shall be observed
13) Every apprentice must be paid at not less than the
rate speCified in the registered program for the apprentice's level
of progress, expressed as a percentage of the Journeyman.level
hourly rate speCified in the eppllcable wage determination
Apprentices shall be paid fringe benefits In accordance With the
proviSions of the apprenticeship program. If the apprenticeship
program does not speCify fnnge benefits, apprentices must be
paid the full amount of fringe benefits hsted on the wage determl'
nation for the applicable claSSifIcation If the Administrator for
the Wage and Hour D,VIs,on determines that a different prectlce
prevails for the applicable apprentice claSSification. fringes shall
be paid In eccordence With that determination.
(4) In the event the Bureau of Apprenticeship and
Training, or a State apprenticeship agency recognized by the
Bureau, Withdraws approval of an apprenticeship program. the
contractor or subcontractor Will no longer be permllled to uttltze
apprentices et less than the applicable predetermined rate for the
comparable work performed by regular employees until an
acceptable program IS approved.
b. Trainees
.
(1) Except as prOVided In 29 CFR 5.16, trainees Will
not be permllled to work at less than the predetermined rate for
the work performed unless they are employed pursuant to and
indiVidually regIstered In a program which has received prior
approval, eVIdenced by formal certification by the DOL, Employ.
ment end Training AdministratIon.
(2) The ratio of trainees to Journeyman.level employees
on the lob site shall not be greater than permitted under the plan
approved by the Employment and Training AdministratIOn Any
employee listed on the payroll at a trainee rate who IS not rcgls'
tered and participating In a training plan approved by the Employ-
ment and Treinlng Admlnlstratton shall be paid not less than the
applicable wage rate on the wage determination for the classlflca.
tlOn of work actually performed. In addition, any trainee perform.
Ing work on the Job site In excess of the ratio permitted under the
registered program shall be paid not less than the applicable
wage rate on the wag a determination for the work actually
performed
(31 Every trainee must be paid at not less than the rate
speCified In the approved program for his/her level of progress.
expressed as a percentage of the Journeyman.level hourly rate
speCified In the applicable wage determination Trainees shall be
peld fringe benefits In accordance With the prOVISions of the
trainee program. If the trainee program does not mention fringe
baneflts, trainees shall be paid the full amount of fnnge benefIts
hsted on the wage determination unless the Administrator of the
Wage and Hour DIVISion determines that there .s an apprentice,
ship program assOCiated With the corresponding Journeyman-level
wage rate on the wage determination which prOVides for less
than full fringe benefits for apprenltces, In which case such
trainees shall receive the seme fringe benefits as apprentices.
(4) In the event the Employment and Training Admlnls,
tralion Withdraws approval of a training program, the contractor
or subcontractor Will no longer be permItted to utilize trainees at
.
less than the applicable predetermined rate for the work per-
formed until an acceptable program IS approved
c. Helpers:
Helpers Will be permitted to work on a project If the
helper claSSIfication IS speCIfied and defined on the applicable
wage determination or IS approved pursuant to the conformance
procedure set forth In Section IV.2. Any worker listed on e
payroll at a helper wage rate. who is not a helper under a
approved definlllon, shall be paid not less than the applicable
wage rate on the wage determinatIon for the claSSification of
work actually performed.
5. Apprentices and Trainees (Programs of the U.S. OOTI:
Apprentices and trainees working under apprenticeship and
skill training programs which have been certIfIed by tha Secretary
of Transportation 8S promoting fEO In connection with Federal-
aid highway construction programs are not subject to the reqUire-
ments of paragraph 4 of thiS Section IV. The straIght tlma hourly
wage rates for apprentices and trainees under such programs Will
be established by the particular programs. The ratio of apprentic-
es and trainees to Journeymen shall not be greater than permitted
by the terms of the particular program.
6. Withholding
The SHA shall upon ItS own action or upon written
request of an authOrized representatIve of the DOL Withhold, or
cause to be Withheld. from the contractor or subcontractor under
thiS contract or any other Federal contract With the same pnme
contractor, or any other Federally-aSSisted contract subject to
DaVis-Bacon prevailing wage requirements which IS held by the
same prime contractor. as much of the accrued payments or
advances as may be conSidered necessary to pay laborers and
mechaniCS, Including apprentices. trainees, and helpers, em-
ployed by the contractor or any subcontractor the full amount of
wages reqUired by the contract. In the event of failure to pay
any laborer or mechaniC, Including any apprentice, trainee, or
helper, employed or working on the site of the work. all or part
of the wages reqUired by the contract. the SHA contracting
officer may, after written notice to the contractor, take such
actIon as may be necessary to cause the suspensIon of any
further payment, advance, or guarantee of funds until such
ViolatIOns have ceased
7 Overtime ReqUirements'
No contractor or subcontractor conlracltng for any part
of the contract work which may reqUire or Involve the employ.
ment of laborers, mechaniCS, watchmen, or guards (including
apprentices, trainees, and hclpcrs deSCribed In paragraphs 4 and
5 above) shall require or permit any laborer. mechaniC, watch-
man, or guard in any workweek In which he/she IS employed on
such work. to work In excess of 40 hours In such workweek
unless such laborer, mechaniC. w.nchman, or guard receives
compensation et a rate not less than one-and-one-half times
h,./her baSIC rate of pay for all hours worked In excess of 40
hours In such work week.
8 VIolation:
Liability for Unpaid Wages, LiqUidated Damages: In the
event 01 any VIolation of the clause set forth In paragraph 7
above, the contractor and any subcontractor responSible thereof
shall be liable to the affected employee for his/her unpaId wages
In addition, such contractor and subcontractor shall be hable to
Paoe6
the UnIted States (rn the cese of work done under contrect for
the Dlstnct of ColumbIa or a territory, to such District or to such
territory) for liqUIdated dameges Such liquidated damages shall
be computed with respect to each Individual laborer, mechanic,
watchman, or guard employed m vIolation of the clause set forth
m paragraph 7, m the sum of $10 for each calendar day on which
such employee was required or parmllted to work m excess of
the stendard work week of 40 hours without payment of the
overtime wages reqUIred by the clause set forth In paragraph 7
9. Withholding for Unpaid Wages and LiquIdated Damages.
The SHA shell upon Its own aclion or upon wrllten request of
any authorlzad representatIve of the DOL WIthhold, or cause to
ba withheld, from any mOnies payable on aecount of work
performed by the contractor or subcontractor under any such
contract or any other Federal contract with tha sama prima
contractor, or any other Faderally-asslstad contract subject to the
Contract Work Hours and Safety Standards Act, whIch IS held by
the same prime contractor, such sums as may be determmed to
be necessary to satisfy any lIabllltias of such contractor or
subcontractor for unpaid wages and liqUIdated damages as
prOVIded m the clause set forth ,n paragraph 8 above
V STATEMENTS AND PAYROLLS
(Applicable to all Federal-aId constructIOn contracts exceedong
$2,000 and to all related subcontracts, except for projects
located on roadways claSSified as local roads or rural collectors,
whIch ara axempt.)
1. Compliance With Copeland Regulations 129 CFR 3):
The contractor shall comply with the Copeldnd Regulations of
the Secretary of labor which are herem Incorporated by refer-
ence.
2. Payroll. and Payroll Records
a. Payrolls and baSIC records relatong thereto shall be
malntamed by the contractor and each subcontractor dUring the
course of the work and preserved for a period of 3 years from the
date of completIOn of the contract for all laborers, mechaniCS,
apprentices, tramees, watchmen, helpers, and guards working at
the sIte of the work
b. The payroll records shall contam the name, SOCial
security number, and address of each such employee, hiS or her
correct claSSificatIOn, hourly rates of wages paId !Including rates
of contributions or costs anticipated for bona fide fringe benefits
or cash eqUIvalent thereof the types deSCribed In Section
1 (b)(2)(8) of the DaVIS Bacon Act); dally and weekly number of
hours worked; deducllons made, and dctual wages pdld In
addition, for Appalachian contracts, the payroll records shall
contam a notation mdlcatlng whether the employee does, or does
not, normally reSide In the labor area as defined In Attachment A.
paragraph 1 Whenever the Secretary of labor, pursuant to
SectIOn IV, paragraph 3b, has found that the wages of any
laborer or mechanoc Include the amount of any costs reasonably
antiCipated in prOViding benehts under a plan or program de-
SCribed In Section 1 Ib)(2)(B) of the DaVIS Bacon Act, the contrac-
tor and each subcontractor shall maIntain records which show
that the commitment to prOVIde such benefits IS enforceable, thaI
the plan or program IS financially responSible, that the plan or
program has been communicated 111 WrIlll1g to the laborers or
mechaniCS affected, and show the cost antICipated or the actual
cost Incurred In prOViding benefIts. Contractors or subcontrac-
tors emplOYing apprentices or trainees under approved programs
Pegoe
shall maintain written eVldance of the registration of apprentices
and trainees, Bnd ratios and wage rates prescllbed In tha
applicable programs.
.
c Each contractor and subcontractor shall furnish, each
week In which any contract work IS performed, to the SHA
reSident engineer a payroll of wages paid each of Its employeas
(mcludlng apprentices, trainees, and helpers, deSCribed In Section
IV, paragraphs 4 and 5, and watchmen and guards engaged on
work dUring the preceding weekly payroll period). The payroll
submilted shall set out accurately and completely all of the
Information required to be malntdlned under paragraph 2b of thiS
Section V. ThIS II1formellon may be submitted In any form
deSired. OptIonal Form WH-347 IS available for thiS purpose and
may be purchased from the Superintendent of Documents
(Federal stock number 029.005.0014-1 I, U.S. Government
Printing Office, Washington. D C. 20402 The pllme contractor
IS responSible for the submiSSIon of cop.es of payrolls by all
subcontractors.
d. Each peyroll submitted shall be accompanied by a
.Statement of Compliance: SIgned by the contractor or subcon-
tractor or his/her agent who pays or supervises the payment of
the persons employed under the contract end shall certIfy the
follOWing.
(1) that the payroll for the payroll period contains the
informatIOn reqUIred to be maintained under paragraph 2b of thiS
SectIOn V and that such Informallon IS correct and complete,
(2) that such laborer or mechaniC (including each helper,
apprentIce, and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned,
Without rebate, erther directly or indirectly, and that no deduc-
tIons have been made either directly or Indirectly from the full
wages earned, other than permiSSible deductions as set forth In
the Regulations, 29 CFR 3,
.'
(3) that each laborer or mechanoc has been paid not less
that the applicable wage rate and fringe benefits or cash eqUlva-
lant for the c1asslflcallon of worked performed, as speCified in the
applicable wage determination Incorporated II1to the contract.
e. The weekly submiSSion of a properly executed certifica-
tion setlorth on the reversc Side of OptIOnal Form WH-347 shall
satIsfy the requirement for submiSSIon of the .Statement of
Compliance" reqUired by paragraph 2d of thiS Section V
f, The felslflcatlon of any of the above certIfiCatiOns may
subject the contractor to CIVil or Criminal prosecutIon under 18
U S,C. 1001 and 31 U.S.C. 231
g. The contractor or subcontractor shall make the records
reqUired under paragraph 2b of thiS Section V available for
Inspection, copYing, or tranSCriptIOn by authOrized representatives
of the SHA, the FHWA, or the DOL, and shall permit such repre-
sentatives to Interview employees dUring working hours on the
Job If the contractor or subcontractor fails to submit the
reqUired records or to make them available, the SHA, the FHWA,
the DOL, or all may, after written notice to the contractor,
sponsor, apphcant, or ownor, take such actions as may be
necessary to cause the suspensIon of any further payment,
advdnce, or guarantee of funds. Furthermore, failure to submit
the reqUired records upon request or to make such records
available may be grounds for debarment actIOn pursuant to 29
CFR 5 12
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
.
.
1. On all Federal-aid contracts on the National Highway
Systam, aNcept thoso which provlda solely for tha installation of
protactlva devices at railroad grade crossings, those which are
constructad on a forca account or direct labor basIs, highway
beautification contracts, and contracts for which the total final
construction cost for roadway and bridge IS less than
$1,000,000 (23 CFR 635) the contractor shall:
a Becomo lamllrar wIth the Irst of speclhc materials end
supplies contained In Form FHWA-47, "Statement of Matenals
and Labor Used by Contractor 01 Highway Construction Involving
Federal Funds," pnor to tha commencement of work under thiS
contract.
b. Malntaon a record of the total cost of all matenals and
supplies purchased for and .ncorporated In the work, and also 01
the quantttllls of those specific matenals and supplres lIsted on
Form FHWA.47, and on the untts shown on Form FHWA-47.
c. Furnish, upon tha complellon of the contract, to the
SHA reSident engineer on Form FHWA-47 together With the data
reqUIred in paragraph 1 b relatllle to matenals and supplies, a final
labor summary of all contract work Indicating the total hours
worked and the total amount earned
2 At the pnme contractor's option. either a Single report
cOllenng all contract work or separate reports lor The contlactor
and for each subcontract shall be submlttad.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
.
1. The contractor shall perform With Its own organizatIon
contract work amounting to not less than 30 percent (or a
greater percentage If speCIfied elsewhere In the contract) of the
total onginal contract price. eNcludlng any speCialty lIems
designatad by the State. SpeCialty items may be performed by
subcontract and the amount of any such speCialty Items per-
formed may be deducted from the total Original contract pnce
before computing the amount of work reqUired to be performed
by tho contractor's own organizatIOn (23 CFR 635)
a. "Its own orgamzatlOn" shall be construed to Include
only workers employed and pallj directly by the prime contractor
and equipment owned or rented by the pnme contractor, With or
Without operators Such term does not Include employees or
equipment of a subcontractor, assIgnee, or agent of the prime
contractor
b. "SpeCIalty Items" shall be construed to be Iinllted to
work that "lquires highly "peclahzed knowledge, abilities. or
equipment not ordlnanly avaIlable m the type of contraclmg
organizations qualified and B><pected to bid on the contract as a
whole and In ganeral are to be Irmlled to minor components of
the overall contract.
2. The contract amount upon whIch the requirements set forth
in paragraph 1 of Section VII IS computed mcludes the cost of
material and manufactured products whICh are to be purchesed
or produced by the contractor under the contract provIsions
3. The contractor shall furnIsh (a) a competent superintendent
or superlllsor who IS employed by the firm, has full authOrity to
direct parformanca of the work In accordance With the contract
raqulrements, and IS in charge of all construction operations
(regardless of who performs the work) and (bl such other of ItS
own organizational resources (superVISion, management, and
engineering services) as the SHA contracting olllcer determmes
IS necessary to assure the performanca of the contract.
.
4. No portion 01 the contract shall be sublet, assigned or
otherWise disposed of except WIth the wlltten consent of the
SHA contracting officer, or authorlzad representatllle, and such
consant when gillen shall not be construed to rehelle the
contractor of any responSIbIlity lor the fulfollment of the contract.
WI/tten consent Will be gIven only after the SHA has assured that
each subcontract IS eVidenced 10 wnting and that It contains all
pertinent prOVISions and reqUIrements 01 the prlme contract
VIII. SAFETY: ACCIDENT PREVENTION
1, In the performance 01 thiS contract the contractor shall
comply With all applicable Federal, Stete, and local laws gOllern-
Ing safety, health, and samtation (23 CFR 635) The contractor
shall prOVide all safeguards, safety deVIC8S and prot8ctllle
equipment and taKe any other needed actIons as It determines,
or as the SHA contractmg officer may determme, to be reason-
ably necessary to protect the hfe and health of employees on the
lob and th8 sarety 01 the pubhc and to protect property on
connection WIth the performanc8 of the work covered by the
contract.
2. It IS a conditIOn 01 thiS contract, and shall be made a
condlllOn of each subcontract, which the contractor enters mto
pursuant to thiS contract, that the contractor and any subcontrac-
tor shall not permIt any employee, In performance of the con.
tract, to work m surroundings or under condItions which are
unsanitary, hazardous or dangerous to hlslher health or safety, as
determoned under constructoon safety and hoalth standards (29
CFR 1926) promulgated by the Secretary of Labor, In accordance
With Section 107 of the Contract Work Hours and Safety
Standards Act (40 U.S C 333).
3. Pursuant to 29 CFR 1926.3, It IS a condition of thiS
contract that the Secretary of labor or authOrized representalllle
thereof, shall have rlght of entry to any slle of contract perfor-
mance to Inspect or investigate the matter of comphance With
the constructIOn salety and health standards and to carry out the
dutIes of the Secretary under Section 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C 3331.
IX FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction In
conformity With approved plans and speCIfications and a high
degree of reliability on statements and representations made by
engmeers, contractors, supphers, and workers on Federal.ald
highway proJects, It IS essential that all persons concerned WIth
the project perlorm the" funcllons as carefully, thoroughly, and
honestly as pOSSible. WIllful falslllcatlon, distortion, or misrepre-
sentatIon With respect to any facts related to the project IS a
IIlolatlon 01 Federal law. To prellent any mlsunderstandong
regardmg the serlousness of these and Similar acts, the followmg
notice shell be posted on each Federal'Bld hIghway project (23
CFR 635) In one or mora places where It IS readily allailable to ell
persons concerned Wllh the proJect:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL.AID
HIGHWA Y PROJECTS
18 U.S C. 1020 rcads as follows:
"Whoever, bemg an officer. agenr, or employee of the Umted
States, or of any State or Terntory, or whoever, whether a
person, aS50c/atlon, firm, or corporation, knOWingly makes any
false statement. false representation, or false report as to rhe
character, quality, quant/ry, or cost of rhe material used or to be
used. or the quantJ/y or quality of the work performed or to be
Paoe 7
parformad, or tha cost tharaof m connaction with the submission
of plans, maps, specifications, contracts, or costs of construction
on any highwElY or rEllated proJact submlttad for approval to tha
Secretary of Transportation, or
Whoever knowmgly makes any falsastatemenr, false represen-
tation, falsa raport or false claim With respect to the character,
quality, quantity, or cost of any work parformed or to be per-
formed, or matenals furnished or to be furnished, m connection
with tha construction of any highway or related project approved
by the Secretary of Transportation; or
Whoever knowmgly makes any false statement or false repre-
sentation as to matenal fact m any statement, certificate, or
report submlttad pursuant to prOVISIOns of the Federal-aid Roads
Act approved July 7. 7916, (39 Stat. 3551, as amended and
supplementad;
Shall ba fmad not more that $/0,000 or Imprisoned not more
than 5 years or both. .
X IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
(Applicable to all Federal-aId construction contracts and to all
related subcontracts of S 1 00,000 or more I
By submISSIon of thiS bid or the executIon of thIS contract, or
subcontract, as appropriate, the bidder, Federal-Old constructIon
contractor, or subcontractor, as appropriate, will be deemed to
have stipulated as follows.
1. That any faclhty that is or WIll be utilized In the performance
of thIS contract, unless such contract IS exempt under the Clean
Air Act, as amended (42 U S.C. 1857 ~ ~, as amended by
Pub.L. 91.604), and under the Federel Water PollutIon Control
Act, as amended (33 U S.C. 1251 ~ ~ . as amended by Pub.l.
92-500), ExecutIve Order 11738, and regulations Inlmplemcnta.
tlon thereof (40 CFR 15) IS not listed, on the date of contract
eward, on the U S. EnVIronmental Protection Agency (EPAl L,st
of VIOlating Fecllltles pursuant to 40 CFR 15.20.
2. That the hrm agrees to comply and remain In compliance With
all the reqUirements of Section 114 of the Clean Air Act and
Section 308 of the Federel Water PollutIon Control Act and all
regulatIons and gUidelines listed thcreunder
3 That the firm shall promptly notify the SHA of the receIpt of
eny communlcetlon from the Director, Office of Federal ActIVities,
EPA, indicatIng that a faCIlity that IS or WIll be utlhzed for the
contract IS under conSIderation to be listed on the EPA LIst of
Violating Faclhties.
4. That the firm agrees to Include or cause to be Included the
requirements of paragraph 1 through 4 of thiS Section X In every
nonexempt subconlract, and further agrees to take such action
as the government may direct as a means of enforCIng such
reqUirements.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION.
INELIGIBILITY AND VOLUNTARY EXCLUSION
1. In8tructlon8 lor Certification - Primary Covered Transac-
tions:
(ApplIcable to all Federal-aId contracts - 49 CFR 291
a. By signing and submitting thiS proposal, the prospectIve
PooeS
..
promary participant IS providing the certifIcatIon set out below.
.
b Tho inabIlity of a parson to prOVide the certifICatiOn set
out below Will not necessaroly result In demal of partIcipation In
thIS covered transaction. The prospectIve partiCipant shall submit
an explenatlon of why It cannot prOVide the certificatIon set out
below The certification or explanation Will be conSidered In
connectIOn WIth the department or agency's determination
whether to enter Into thIS transactIon. However, fallu re of the
prospectIve promary partiCipant to furnish a certIfIcation or an
explanation shall dlsquahfy such a person from partiCipatIon In
thiS transaction.
c. The certIfICatiOn on thlb clause is a material representa-
tion of fact upon whIch reliance was placed when the department
or agency determined to enter Into thiS transaction If It IS later
determIned that the prospectlv," promary partiCipant knOWingly
rendered an erroneous certification, In additIOn to other remedies
avalleble to the Federal Government, the department or agency
may termonate this transaction for cause of default
d The prospective pllmary partiCIpant shall prOVide
Immediate wrotten notice to the department or agency to whom
thiS proposal IS submitted ,f any time the prospective promary
partIcIpant learns that ItS certifIcation was erroneous when
submitted or has become erroneous by reason of changed
circumstances.
e, The terms 'covered transaction," "debarred,. .suspend-
ed,' "ineligIble," "lower tIer covered transaction,' "partIcipant,"
"person." "primary covered transaction," "pronclpel," "proposal,"
and "voluntaroly excluded," as used In thiS clau~e, have the
meamngs set out In the DefInitIOns and Coverage sectIOns of
rules implementIng ExecutIve Order 12549 You may contact the
department or agency to which thiS proposal .s submItted for
assIstance In obtaining a copy of those regulations.
.
f. The prospective primary particIpant agrees by submItting
thiS proposal that, should the proposed covered transactIon be
entered Into, It shall not knowmgly enter Into any lower tIer
covered transactIOn With a person who IS debarred, suspended,
declared Inehglble, or voluntaroly excluded from partiCipatiOn In
thiS covered transactIon, unless authOrized by the department or
agency enterong Into thIS transactIon.
g The prospectIve promary partICipant further agrees by
submitting thiS proposal that It Will Includa the clause tItled
"Certlfrcallon Regardong Debarment, SuspenSion, IneligibIlity and
Voluntary ExclUSIon-Lower TIer Covered TransactIon," prOVided
by the department or agency entering Into thIS covered transac-
tion. Without modificatIOn. m all lower ller covered transactions
and In all sohcltatlOns for lower tIer covered transactIOns.
h A partiCIpant In a covered transactIon may rely upon a
cerllflcatlon of a prospective particIpant In a lower tler covered
transactIOn that IS not debarred, suspended. Ineligible, or volun-
tarily excluded from the covered transactIon, unless it knows that
the certifIcation IS erroneouS A partiCipant may decide the
method and frequency by whIch It determInes the eligibility of ItS
prinCIpals. Each partIcIpant may, but IS not reqUIred to, check the
nonprocurement portion of the "lists of Parties Excluded From
Federal Procurement or Nonprocurement Programs" (Nonprocure-
ment List) whIch IS compiled by the General ServIces AdminIstra-
tion
I. Nothing contaoned on the foregOing shall be construed to
reqUire establishment of a system of records In order to render in
good faith the certIfIcation reqUired by thIS clause The knowl-
.
.
.
.
edge and Information of participant's not reqUired to exceed that
which is normally possessed by a prudent person In the ordinary
course of bUSiness deahngs.
J. Except for transactions authonzed under paragraph f of
these Instructions, If a participant In a covered transaction
knoWingly enters Into a lower tier covered transaction With a
person who IS suspended, debarred, ineligible, or voluntanly
excluded from partlclpHtlon In this transacllon, In addItIon to
other remedies available to the Federal Government, the depart.
ment or egency may terminate this transaction for cause or
default.
Certification Regarding Debarment, SuspenSion, Ineligibility and
Voluntary Exclusion-.Pnmary Covered Tranaactions
1 The prospective pnmary participant certifies to the best of
its knowledQe and behef, that It and Its pnnclpals:
a Are not presently debarred, suspendcd, proposed for
debarment, declared Ineligible, or voluntanly excluded from
covered transactions by any Federal department or agency;
b. Have not Within a 3-year penod preceding this proposal
been convicted of or had a CIVil Judgement rendered against them
for commission of fraud or a cnmlnal offense In connectIOn With
obtamlng, attamptlng to obtain, or performing a public (Federal,
State or local} transacllon or contract under a public transactIOn,
VIolation of Federal or State antitrust statutes or commiSSion of
embezzlement, theft, forgery, bnbery, falSIfication or destruction
of records, making false statements, or receiving stolen property,
c. Are not presently Indlcled for or otherWise criminally or
CIVilly charged by a governmental entity (Federal, State or locall
With commiSSion of any of the offenses enumerated In paragraph
1 b of thiS certlficHtlon, and
d. Have not with," a 3-yeer penod preceding thiS applica-
tion/proposal had one or more public transactions (Fedpral. State
or local) terminated lor cause or default
2 Where the prospectIve promary participant IS unable to
certify to any of the statements In thiS certification, such
prospective partiCipant shall attach an explanation to thiS
proposal
2. Instructions for CertlflcBtlon - Lower Tier Covered TransBc,
tions'
(Apphcable to all subcontracts. purchase orders and other
lower tier transactions of $25,000 or more - 49 CfR 291
a By slgmng end submllllng thiS proposal, the prospectIve
lower tier IS prOViding the cerllflcallon set out below,
b. The certification In thiS clause IS a meteroal representa'
tlon of fact upon which reliance was placed when thiS transac'
tlOn was entered Into. If It IS later determlOed that the prospec-
tive lower tier partICipant knowinQly rendered an erroneous
certIfication, In addition to other remedies available to the Federal
Government, the deportment, or agency with which thiS transac.
t,on oroglnated may pursue available remedies, including suspen'
sian and lor debarment.
c. The prospective lower tlar partiCipant shall prOVide
Immediate written notice to the person to wtuch thiS proposal is
submitted II at any lime the prospective lower tier participant
learns that Its certification was erroneous by reason of changed
circumstances
d. The terms "covered transactIon," "debarred," "suspend-
ed," "lnehglble," "primary covered transaction," "partiCipant,"
"person," "principal," "proposel," and "voluntarily excluded," as
used In thiS clause, have the meaninQs set out In the Definitions
and CoveraQe sections of rules ImplementlnQ Executive Order
12549. You may contact the person to whIch thiS proPQsalls
submitted for assistance In obtalnmg a copy of those regulations
e The prospectIve lower tier partiCipant agrees by submit-
ting thiS proposal that, should the proposed covered trensactlon
be entered into, It shall not knQwingly enter Into any lower t'er
covered transaction With a perSQn who is dabarred, suspended,
declared ineligIble, or voluntanly excluded I rom partiCipation In
this covared transaction, unlo,s authOrized by the department or
a\lency WIth whIch thIS Iransacllon onglnated
f. The prospective lower tier partICipant further agrees by
submitting thiS proposal that It Will Include th,s clause titled
"CertIfICation Regard,"g Debarment. SuspenSion, IneligIbility and
Voluntary ExclUSion-Lower Tier Covered Transaction," Without
modification, In all lower tier covered transactions and In all
soliCItations for lower tlcr covered transactIons
g A partiCipant In a covered transaction may rely UPQn a
certification of a prospecllve particIpant In a lower tier covered
transaction that IS not debarred, suspended. ineligible, or volun-
taroly excluded from the covered transaction, unless It knows that
the certification IS erroneous. A partiCIpant may deCide the
method and frequency by whIch It determines the ehglblllty of .ts
pronclpals Each partiCipant may, but IS not reqUired to, check the
Nonprocurement List.
h. Nothing contained In the foregOing shall be construed to
require establishment of a system of records In order to render In
good faith the certification reqUIred by thiS clause The knowl-
edge and informatIOn of parllclpant IS not reqUITed to exceed that
which IS normally possessed by a prudent person In the ordinary
course of bUSiness dealings.
I. Except for transactions authoTlzed under paragraph e of
these instructIons, If a partiCIpant In a covered transaction
knOWingly enters Into a lower t,er covered tran<;actlOn With a
person who IS suspended, debarred, Inehglble. or voluntaroly
excluded from partiCipatiOn In thiS transaction, In addition to
other remedies avalldblo to the Federal Government, the depart-
ment or agency With which thiS transactIon originated may
pursue available remedies, Including suspension and lor debar-
ment.
Certification Regarding Debarment, Suspension, Inellglblhty and
Voluntary Excluslon..Lower Tier Covered Transactions'
1 The prospective lower tier participant cernfles, by submis.
Sian of thIS proposal, that neither It nor its pnncipels IS presently
debarred, suspended. proposed for debarment, declarad Inehglble,
or voluntarily excluded from partICipation In thiS transactIon by
any Federal department or agency
Pege9
2. Where the prospective lower tler participant IS unable to .
certlly to any of the statements In this certificatIOn. such
prospective partiCipant shell ettach an explanation to this
proposal.
XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
(Applicable to ell Federal-aid construction contrects and to all
related subcontrects which exceed $100,000.49 CFR 20)
1. The prospective participant certifies, by SlgOlng and submit.
tong thiS bid or proposal, to the best of hiS or her knowledge and
beltef, that;
a. No Federal appropriated lunds have been paid or Will be
paid, by or on behalf of the underSigned, to any person for
Influencing or attempting to Influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employ.
ee of Congress, or an employee of e Member of Congress In
connection With the ewarding of eny Federal contract, the
making of any Federal grant, the making of any Federal loan. the
entering IOto of any cooperative egreement, and the extenSion,
continUation, renewal, amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropnated funds have
been paid or Will be paid to any person for influenCing or attempt-
Ing to Influence an olflcer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an
employee of e Member of Congress In connection With thiS
Federal contrect, grant, loan, or cooperatIve agreement, the
underSIgned shall complete and submIt Standard Form.LLL.
"DIsclosure Form to Report LobhYlng," In accordance With Its
InstructIons
.
2. This certlflcdtlOn IS a material reprasentatlon of fact upon
which rehance was placed when thiS transactIOn was made or
entered into. SubmiSSion of thiS certification IS a prereqUisite for
making or entenng onto thiS transaction Imposed by 31 U S.C
1352. Any person who falls to file the reqUired certification shall
be subject to a CIVil penalty of nct less than $10,000 and not
more than $100,000 lor each such failure.
3. The prospective partiCipant also agre9s by submitting hiS or
her bid or proposal that he or she sholl reqUire that the language
01 thiS certification be oncluded in all lower tier subco ntracts,
which exceed $100,000 and that all such recipients shall certlly
and disclose accordmgly.
.
Page to
.
.
..
1 AMENDMENT
2 REQUIRED CONTRACT PROVISIONS
3 FEDERAL-AID CONSTRUCTION CONTRACTS
4 (Exclusive of Appalachian Contracts)
5 Under Section II, Paragraph 8b is revised as follows:
6 The reference to 49 CFR 23 is revised to read 49 CFR 26.
7 Under Section II , Paragraph 8b is supplemented with the following:
8 The contractor, subrecipicnt or subcontractor shall not discriminate on the basIs of race, color, national origin, or sex
9 in the performance ofthls contract. The contractor shall carry out applicable requIrements of 49 CFR Part 26 in
10 the award and administration of US DOT-assisted contracts. Failure by the contractor to carry out these reqUirements
11 is a material breach of this contract which may result in the termmatlOn of this contract or such other remedy as
12 the recipient deems appropriate
13 Under Section II, in accordance with standard specification 1-08.1(A) and applicable RCWs a new paragraph 8d is
14 added as follows:
15 The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory
16 performance of its contract and/or agreement no latcr than ten (10) days from the receipt of each payment the prime
17 contractor receives from WSDOT or its subrecipients. The prime contractor agrees further to return retainage
18 payments to each subcontractor wIthin ten (10) days after the subcontractor's work IS satisfactorily completed. Any
19 delay or postponement of payment from the above referenced tIme frame may occur only for good cause following
20 written approval ofthe WSDOT. This clause covers both DBE and non-DBE contractors.
21
22 Under Section IV, Paragraph 2b(4) IS deleted
23
24 Under Section IV, Paragraph 4, "and helpers" IS deleted from the title
25
26 Under Section IV, Paragraph 4a(1), add.
27
28 The proviSions in thiS section allowing apprentices to work at less than the predetermined rate when they are
29 registered In a bona fide apprenticeship program registered With the U.S Department of Labor, Employment
30 and Training Administration, or With the Bureau of Apprenticeship and Training, does not preclude a
31 reqUirement for the Contractor to pay apprentices the full applicable predetermined rate In the event a State
32 Apprenticeship Agency, recognized by the Bureau, has not approved, or Withdraws approval, of an
33 apprenticeship program
34
35 Under Section IV, Paragraph 4c IS deleted.
36
37 Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper"
38
39 Under Section IV, Paragraph 7 IS revised by deleting "helpers".
40
41 Under Section V, Paragraph 2a is revised by deleting "helpers".
42
43 Under Section V, Paragraph 2d(2) IS revised by deleting "helper"
44
45 Amendment to Form FHWA 1273
46 ReVised December 2, 2002
.
Attachment B.
Washington State
Prevailing Wage Rates for Clallam County
.
.
.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fnnge benefits. On public works projects, workers' wage and
benefit rates must add to not less than this total A bnef description of overtime
calculation requirements IS provided on the Benefit Code Key.
CLALLAM COUNTY
Effective 03-03-07
******************************************************************************************************
(See Benefit Code Key)
PREVAILING Overtime Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $34.36 1M 50
BOILERMAKERS
JOURNEY LEVEL $4747 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $42.47 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14.67
CARPENTERS
. ACOUSTICAL WORKER $41.43 1M 50
BRIDGE, DOCK AND WARF CARPENTERS $41.33 1M 50
CARPENTER $41.33 1M 50
CREOSOTED MATERIAL $41.37 1M 50
DRYWALL APPLICATOR $41.31 1M 50
FLOOR FINISHER $41.40 1M 50
FLOOR LAYER $41.40 1M 50
FLOOR SANDER $41.40 1M 50
MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $41.47 1M 50
SAWFILER $41.40 1M 50
SHINGLER $41.40 1M 50
STATIONARY POWER SAW OPERATOR $41 .40 1M 5D
STATIONARY WOODWORKING TOOLS $41.40 1M 50
CEMENT MASONS
JOURNEY LEVEL $34.36 1M 50
DIVERS & TENDERS
DIVER $85.75 1M 50 8A
DIVER TENDER $44.22 1M 50
DREDGE WORKERS
ASSISTANT ENGINEER $42.02 1T 50 8L
ASSISTANT MATE (DECKHAND) $41 51 1T 50 8L
BOATMEN $42.02 1T 50 8L
ENGINEER WELDER $42.07 1T 50 8L
LEVERMAN, HYDRAULIC $43.64 1T 50 8L
MAINTENANCE $41.51 1T 50 8L
MATES $42.02 1T 50 8L
. OILER $41.64 1T 50 8L
Page 1
CLALLAM COUNTY
Effective 03-03-07 .
******************************************************************************************************
(See Benefit Code Key)
PREVAILING Overtime Holiday Note
Classification WAGE Code Code Code
DRYWALL TAPERS
JOURNEY LEVEL $41.14 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $937
ELECTRICIANS - INSIDE
CABLE SPLICER $52.30 10 5A
CABLE SPLICER (TUNNEL) $5621 10 5A
CERTIFIED WELDER $50.53 1D 5A
CERTIFIED WELDER (TUNNEL) $54.26 10 5A
CONSTRUCTION STOCK PERSON $27.32 10 5A
JOURNEY LEVEL $48.75 10 5A
JOURNEY LEVEL (TUNNEL) $52.30 10 5A
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER $55.40 4A 5A
CERTIFIED LINE WELDER $49.64 4A 5A
GROUNDPERSON $35 92 4A 5A
HEAD GROUNDPERSON $37.88 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A
JACKHAMMER OPERATOR $37 88 4A 5A .
JOURNEY LEVEL L1NEPERSON $49.64 4A 5A
LINE EQUIPMENT OPERATOR $42.26 4A 5A
POLE SPRAYER $49.64 4A 5A
POWDERPERSON $37.88 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $57.88 4A 60
MECHANIC IN CHARGE $63 45 4A 60
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $1350
FENCE ERECTORS
FENCE ERECTOR $1380
FENCE LABORER $11.60
FLAGGERS
JOURNEY LEVEL $29.68 1M 5D
GLAZIERS
JOURNEY LEVEL $42 41 1H 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $45.13 18 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $34 84 1M 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.10 .
Page 2
CLALLAM COUNTY
Effective 03-03-07
. ******************************************************************************************************
(See Benefit Code Key)
PREVAILING Overtime Holiday Note
Classification WAGE Code Code Code
INLAND BOATMEN
CAPTAIN $38 04 1K 58
COOK $31.90 1K 58
DECKHAND $31.59 1K 58
ENGINEER/DECKHAND $34.37 1K 58
MATE, LAUNCH OPERATOR $36.02 1K 58
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9.73
GROUT TRUCK OPERATOR $11.48
HEAD OPERATOR $12.78
TECHNICIAN $7.93
TV TRUCK OPERATOR $10.53
INSULATION APPLICATORS
JOURNEY LEVEL $20.50
IRONWORKERS
JOURNEY LEVEL $46.25 10 5A
LABORERS
ASPHALT RAKER $34.84 1M 50
BALLAST REGULATOR MACHINE $34.36 1M 50
BATCH WEIGHMAN $29.68 1M 50
BRUSH CUTTER $34 36 1M 50
. BRUSH HOG FEEDER $34 36 1M 50
BURNERS $34.36 1M 50
CARPENTER TENDER $34.36 1M 50
CASSION WORKER $35.20 1M 50
CEMENT DUMPER/PAVING $34.84 1M 50
CEMENT FINISHER TENDER $34.36 1M 50
CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 1M 50
CHIPPING GUN (OVER 30 LBS) $34.84 1M 50
CHIPPING GUN (UNDER 30 LBS) $34.36 1M 50
CHOKER SETTER $34.36 1M 50
CHUCK TENDER $34.36 1M 50
CLEAN-UP LABORER $34 36 1M 50
CONCRETE DUMPER/CHUTE OPERATOR $34 84 1M 50
CONCRETE FORM STRIPPER $34.36 1M 50
CONCRETE SAW OPERATOR $34 84 1M 50
CRUSHER FEEDER $29.68 1M 50
CURING LABORER $34.36 1M 50
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED $34.36 1M 50
DITCH DIGGER $34 36 1M 50
DIVER $35 20 1M 50
DRILL OPERATOR (HYDRAULIC, DIAMOND) $34.84 1M 50
DRILL OPERATOR, AIRTRAC $35 20 1M 50
DUMP MAN $34.36 1M 50
EPOXY TECHNICIAN $34.36 1M 50
EROSION CONTROL WORKER $34.36 1M 50
FALLER/BUCKER, CHAIN SAW $34.84 1M 50
FINAL DETAIL CLEANUP (I e , dusting, vacuuming, window cleamng, $27.36 1M 50
NOT construction debns cleanup)
. FINE GRADERS $34 36 1M 50
Page 3
CLALLAM COUNTY
Effective 03-03-07 .
******************************************************************************************************
(See Benefit Code Key)
PREVAILING Overtime Holiday Note
Classification WAGE Code Code Code
FIRE WATCH $29.68 1M 50
FORM SETTER $34 36 1M 50
GABION BASKET BUILDER $34 36 1M 50
GENERAL LABORER $34.36 1M 50
GRADE CHECKER & TRANSIT PERSON $34 84 1M 50
GRINDERS $34 36 1M 50
GROUT MACHINE TENDER $34 36 1M 50
GUARDRAIL ERECTOR $34 36 1M 50
HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 50
HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 50
HAZARDOUS WASTE WORKER LEVEL C $34 36 1M 50
HIGH SCALER $35.20 1M 50
HOD CARRIERlMORTARMAN $34 84 1M 50
JACKHAMMER $34 84 1M 50
LASER BEAM OPERATOR $34 84 1M 50
MANHOLE BUILDER-MUDMAN $34 84 1M 50
MATERIAL YARDMAN $34.36 1M 50
MINER $35.20 1M 50
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $34.84 1M 50
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, $34.84 1M 50
GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER
PILOT CAR $29 68 1M 50
PIPE POT TENDER $34.84 1M 50 .
PIPE RELlNER (NOT INSERT TYPE) $34.84 1M 50
PIPELAYER & CAULKER $34 84 1M 50
PIPELAYER & CAULKER (LEAD) $35.20 1M 50
PIPE WRAPPER $34.84 1M 50
POT TENDER $34 36 1M 50
POWDERMAN $35.20 1M 50
POWDERMAN HELPER $34 36 1M 50
POWERJACKS $34 84 1M 50
RAILROAD SPIKE PULLER (POWER) $34 84 1M 50
RE- TIMBERMAN $35.20 1M 50
RIPRAP MAN $34.36 1M 50
RODDER $34.84 1M 50
SCAFFOLD ERECTOR $34.36 1M 50
SCALE PERSON $34.36 1M 50
SIGNALMAN $34.36 1M 50
SLOPER (OVER 20') $34.84 1M 50
SLOPER SPRAYMAN $34.36 1M 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $34.84 1M 50
SPREADER (CONCRETE) $34.84 1M 50
STAKE HOPPER $34 36 1M 50
STOCKPILER $34.36 1M 50
TAMPER & SIMILAR ELECTRIC, AIR & GAS $34.84 1M 50
TAMPER (MULTIPLE & SELF PROPELLED) $34.84 1M 50
TOOLROOM MAN (AT JOB SITE) $34.36 1M 50
TOPPER-TAILER $34 36 1M 50
TRACK LABORER $34.36 1M 50
TRACK LINER (POWER) $34 84 1M 50 .
Page 4
CLALLAM COUNTY
. Effective 03-03-07
******************************************************************************************************
(See Benefit Code Key)
PREVAILING Overtime Holiday Note
Classification WAGE Code Code Code
TRUCK SPOTTER $34.36 1M 50
TUGGER OPERATOR $34.84 1M 50
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $34.36 1M 50
VIBRATOR $34 84 1M 50
VINYL SEAMER $34.36 1M 50
VVELDER $34.36 1M 50
WELL-POINT LABORER $34 84 1M 50
LABORERS- UNDERGROUND SEWER & WATER
GENERAL LABORER $34.36 1M 50
PIPE LAYER $34.84 1M 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42
LANDSCAPE EQUIPMENT OPERA TORS OR TRUCK DRIVERS $793
LANDSCAPING OR PLANTING LABORERS $793
LATHERS
JOURNEY LEVEL $41.31 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELDER $15.16
LABORER $11.13
MACHINE OPERATOR $1066
PAINTER $11 41
. PAINTERS
JOURNEY LEVEL $33 16 28 5A
PLASTERERS
JOURNEY LEVEL $25.83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $7.93
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $55.34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $39.57 1M 50 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $42.35 1M 50 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42.84 1M 50 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43 39 1M 50 8L
BACKHOES, (75 HP & UNDER) $41.93 1M 50 8L
BACKHOES, (OVER 75 HP) $42 35 1M 50 8L
BARRIER MACHINE (ZIPPER) $42 35 1M 50 8L
BATCH PLANT OPERATOR, CONCRETE $42.35 1M 50 8L
BELT LOADERS (ELEVATING TYPE) $41.93 1M 50 8L
BOBCAT (SKID STEER) $39.57 1M 50 8L
BROOMS $39.57 1M 50 8L
BUMP CUTTER $42.35 1M 50 8L
CABLE WAYS $42.84 1M 50 8L
CHIPPER $42 35 1M 50 8L
COMPRESSORS $39.57 1M 50 8L
CONCRETE FINISH MACHINE -LASER SCREED $39 57 1M 50 8L
CONCRETE PUMPS $41 93 1M 50 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 50 8L
CONVEYORS $41 93 1M 50 8L
. CRANES, THRU 19 TONS, WITH ATTACHMENTS $41.93 1M 50 8L
Page 5
CLALLAM COUNTY
Effective 03-03-07 '.
******************************************************************************************************
(See Benefit Code Key)
PREVAILING Overtime Holiday Note
Classification WAGE Code Code Code
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42 35 1M 50 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42 84 1M 50 8L
JIB WITH ATTACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43 39 1M 50 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING $43.96 1M 50 8L
JIB WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $39.57 1M 50 8L
CRANES, A-FRAME, OVER 10 TON $41 93 1M 50 8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44.52 1M 50 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $42.35 1M 50 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $42.84 1M 50 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43.39 1M 50 8L
CRANES, TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $43.39 1M 50 8L
CRANES, TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $43.96 1M 50 8L
CRUSHERS $42 35 1M 50 8L
DECK ENGINEER/DECK WINCHES (POWER) $42 35 1M 50 8L
DERRICK, BUILDING $42.84 1M 50 8L
DOZERS, (}'9 & UNDER $41.93 1M 50 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $41.93 1M 50 8L
DRILLING MACHINE $42 35 1M 50 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $39.57 1M 50 8L
EQUIPMENT SERVICE ENGINEER (OILER) $41.93 1M 50 8L .
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 50 8L
FORK LIFTS, (3000 LBS AND OVER) $41.93 1M 50 8L
FORK LIFTS, (UNDER 3000 LBS) $39 57 1M 50 8L
GRADE ENGINEER $41.93 1M 50 8L
GRADECHECKER AND STAKEMAN $39.57 1M 50 8L
GUARDRAIL PUNCH $42.35 1M 50 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $41 93 1M 50 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 1M 50 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1M 50 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $39 57 1M 50 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $41.93 1M 50 8L
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $42 84 1M 50 8L
LOADERS, OVERHEAD (8 YO & OVER) $43.39 1M 50 8L
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $42.35 1M 50 8L
LOCOMOTIVES, ALL $42 35 1M 50 8L
MECHANICS, ALL $42 84 1M 50 8L
MIXERS, ASPHALT PLANT $42 35 1M 50 8L
MOTOR PATROL GRADER (FINISHING) $42.35 1M 50 8L
MOTOR PATROL GRADER (NON.fINISHING) $41.93 1M 50 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42 84 1M 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 50 8L
OPERATOR $39.57 1M 50 8L
PAVEMENT BREAKER
PILEDRIVER (OTHER THAN CRANE MOUNT) $42 35 1M 50 8L
PLANT OILER (ASP HAL T, CRUSHER) $41.93 1M 50 8L
POSTHOLE DIGGER, MECHANICAL $39.57 1M 50 8L
POWER PLANT $39 57 1M 50 8L
PUMPS, WATER $39 57 1M 50 8L .
Page 6
CLALLAM COUNTY
. Effective 03-03-07
******************************************************************************************************
(See Benefit Code Key)
PREVAILING Overtime Holiday Note
Classification WAGE Code Code Code
QUAD 9,0-10, AND HD-41 $42.84 1M 50 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1M 50 8L
EQUIP
RIGGER AND BELLMAN $39.57 1M 50 8L
ROLLAGON $42.84 1M 50 8L
ROLLER, OTHER THAN PLANT ROAD MIX $39 57 1M 50 8L
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $41.93 1M 50 8L
ROTO-MILL, ROTa-GRINDER $42.35 1M 50 8L
SAWS, CONCRETE $41.93 1M 50 8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $42.35 1M 50 8L
ARTICULATING
OFF-ROAD EQUIPMENT (UNDER 45 YD) $42 84 1M 50 8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP,
ARTICULATING
OFF-ROAD EQUIPMENT (45 YO AND OVER) $41.93 1M 50 8L
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN $42.35 1M 50 8L
SHOTCRETE GUNITE $39.57 1M 50 8L
SLlPFORM PAVERS $42.84 1M 50 8L
SPREADER, TOPSIDE OPERATOR - BLAW KNOX $42.35 1M 50 8L
SUBGRADE TRIMMER $42.35 1M 50 8L
TOWER BUCKET ELEVATORS $41.93 1M 50 8L
TRACTORS, (75 HP & UNDER) $41.93 1M 50 8L
. TRACTORS, (OVER 75 HP) $42.35 1M 50 8L
TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 50 8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $42.84 1M 50 8L
TRENCHING MACHINES $41.93 1M 50 8L
TRUCK CRANE OILER/DRIVER (UNDER 100 TON) $41.93 1M 50 8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $42 35 1M 50 8L
TRUCK MOUNT PORTABLE CONVEYER $42 35 1M 50 8L
WHEEL TRACTORS, FARMALL TYPE $39.57 1M 50 8L
YO YO PAY DOZER $42.35 1M 50 8L
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $35.62 4A SA
SPRAY PERSON $33.82 4A 5A
TREE EQUIPMENT OPERATOR $34.27 4A 5A
TREE TRIMMER $31.88 4A 5A
TREE TRIMMER GROUNDPERSON $24.03 4A 5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $27.68
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL $4247 1M 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $17.85
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $25 63
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $18.00
RESIDENTIAL ELECTRICIANS
. JOURNEY LEVEL $27.78
Page 7
CLALLAM COUNTY
Effective 03-03-07 .
******************************************************************************************************
(See Benefit Code Key)
PREVAILING Overtime Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $16.84
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $986
RESIDENTIAL LABORERS
JOURNEY LEVEL $1808
RESIDENTIAL PAINTERS
JOURNEY LEVEL $15.97
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $14.60
RESIDENTIAL REFRIGERATION & AIR CONDITIONING
JOURNEY LEVEL $5301 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $32.09 1E 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
ROOFERS
JOURNEY LEVEL $35.78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A
SHEET METAL WORKERS .
JOURNEY LEVEL (FIELD OR SHOP) $49 97 1E 6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19.29
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $1215
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.76 18 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $1031 18 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23
SURVEYORS
CHAIN PERSON $935
INSTRUMENT PERSON $11.40
PARTY CHIEF $1340
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $31.15 10 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $29.89 28 5A
HOLE DIGGER/GROUND PERSON $16.81 28 5A
INSTALLER (REPAIRER) $28.68 28 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $27 82 28 5A
SPECIAL APPARATUS INSTALLER I $29.89 28 5A
SPECIAL APPARATUS INSTALLER II $29 30 28 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29 89 28 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $27.82 28 5A .
Page 8
.
CLALLAM COUNTY
Effective 03-03-07
******************************************************************************************************
(See Benefit Code Key)
PREVAILING Overtime Holiday Note
Classification WAGE Code Code Code
TELEVISION GROUND PERSON $15.96 28 5A
TELEVISION L1NEPERSON/lNST ALLER $21.17 28 5A
TELEVISION SYSTEM TECHNICIAN $25 15 28 5A
TELEVISION TECHNICIAN $22 64 28 5A
TREE TRIMMER $27.82 28 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $40.33 18 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $34.16 18 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $34.90 1K 5A
TRUCK DRIVERS
ASP HAL T MIX ( TO 16 YARDS) $39 04 1T 50 8L
ASP HAL T MIX (OVER 16 YARDS) $39.62 1T 50 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $39.62 1T 50 8L
TRANSIT MIXER $23.73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11.60
OILER $945
. WELL DRILLER $11.60
.
Page 9
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY .
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
ASBESTOS ABA TEMENT WORKERS
JOURNEY LEVEL
ENVIRONMENTAL CONTROL PAINTERS
1 0000-1000 HOURS 50 00% $1843 1M 50
2 1001-2000 HOURS 60 00% $21 06 1M 50
3 2001-3000 HOURS 7500% $27 10 1M 50
4 3001-4000 HOURS 90 00% $31 45 1M 50
1 0000-1000 HOURS 6000% $23 86 1M 50
2 1001-2000 HOURS 7000% $26 48 1M 50
3 2001-3000 HOURS 80 00% $29 11 1M 50
4 3001-4000 HOURS 90 00% $31 73 1M 50
BOILERMAKERS
JOURNEY LEVEL
1 0000-1000 HOURS 70 00% $38.86 1C 5N
2 1001-2000 HOURS 75 00% $40 30 1C 5N
3 2001-3000 HOURS 80 00% $41.73 1C 5N
4 3001-4000 HOURS 85 00% $43 17 1C 5N
5 4001-5000 HOURS 90 00% $44 60 1C 5N
6 5001-6000 HOURS 95 00% $46 04 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00% $25 49 1M 5A
2 0751-2250 HOURS 55 00% $27 05 1M 5A .
3 2251-3000 HOURS 60 00% $28 62 1M 5A
4 3001-3750 HOURS 70 00% $31 74 1M 5A
5 3751-4500 HOURS 80 00% $34 87 1M 5A
6 4501-5250 HOURS 90 00% $37 99 1M 5A
7 5251-6000 HOURS 95 00% $39 56 1M 5A
CARPENTERS
CARPENTER
1 0000-1000 HOURS 60 00% $25 30 1M 50
2 1001-2000 HOURS 65 00% $30 69 1M 5D
3 2001-3000 HOURS 70 00% $3221 1M 50
4 3001-4000 HOURS 75 00% $33 73 1M 50
5 4001-5000 HOURS 80 00% $35 25 1M 50
6 5001-6000 HOURS 85 00% $36 77 1M 50
7 6001-7000 HOURS 90.00% $38 29 1M 5D
8 7001-8000 HOURS 95 00% $39 81 1M 50
DRYWALL APPLICA TOR
DRYWALL METAL STUD AND CEILING APPLICATORS
1 0000-0700 HOURS 50 00% $22 25 1M 50
2 0701-1400 HOURS 60 00% $2916 1M 50
3 1401-2100 HOURS 68 00% $31 59 1M 50
4 2101-2800 HOURS 76 00% $34 02 1M 50
5 2801-3500 HOURS 84.00% $36 45 1M 50
6 3501-4200 HOURS 92 00% $38 88 1M 50
ACOUSTICAL WORKER
1 0000-1000 HOURS 50 00% $22 31 1M 50
2 1001-2000 HOURS 60 00% $29.23 1M 50
3 2001-3000 HOURS 68 00% $31 67 1M 50
4 3001-4000 HOURS 76 00% $34 11 1M 50
5 4001-5000 HOURS 84 00% $36 55 1M 50
6 5001-6000 HOURS 92 00% $38 99 1M 50 .
Page 1
PREVAILING WAGE RATES
. FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
MILLWRIGHT AND MACHINE ERECTORS
1 1 st Penod 60 00% $25 86 1M 50
2 2nd Penod 65 00% $31.30 1M 50
3 3rd Period 70 00% $32 87 1M 50
4 4th Penod 75 00% $34.44 1M 50
5 5th Period 80 00% $36 00 1M 50
6 6th Penod 85 00% $37 57 1M 50
7 7th Period 90 00% $39 14 1M 50
8 8th Period 95 00% $40.70 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND
WELDING
1 1 st Penod 60 00% $25 38 1M 50
2 2nd Penod 65 00% $30 78 1M 50
3 3rd Period 70 00% $32 31 1M 50
4 4th Period 75 00% $33 84 1M 50
5 5th Penod 80 00% $35 36 1M 50
6 6th Penod 85 00% $36 89 1M 50
7 7th Penod 90 00% $38 42 1M 50
8 8th Penod 95 00% $39.94 1M 50
BRIDGE, DOCK, AND WHARF CARPENTERS
1 1 st Penod 60 00% $25 30 1M 50
2 2nd Period 65 00% $30.69 1M 50
3 3rd Period 70 00% $32.21 1M 50
4 4th Period 75.00% $33.73 1M 50
5 5th Penod 80 00% $35 25 1M 50
6 6th Period 85 00% $36 77 1M 50
. 7 7th Period 90 00% $38 29 1M 50
8 8th Penod 95 00% $39.81 1M 50
CEMENT MASONS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1313 1M 50
2 1001-2000 HOURS 60 00% $1576 1M 50
3 2001-3000 HOURS 70 00% $1838 1M 50
4 3001-4000 HOURS 80 00% $21 01 1M 50
5 4001-5000 HOURS 90 00% $23 63 1M 50
6 5001-6000 HOURS 95 00% $24 95 1M 50
DRYWALL TAPERS
JOURNEY LEVEL
1 0000-1000 HOURS 50.00% $26 84 1E 5P
2 1001-2000 HOURS 55.00% $28 27 1E 5P
3 2001-3000 HOURS 65 00% $31 13 1E 5P
4 3001-4000 HOURS 75 00% $33 99 1E 5P
5 4001-5000 HOURS 85 00% $36 85 1E 5P
6 5001-6000 HOURS 90 00% $38 28 1E 5P
ELECTRICIANS -INSIDE
JOURNEY LEVEL
1 0000-1000 HOURS 40 00% $21 49 10 5A
2 1001-2000 HOURS 50 00% $25 05 10 5A
3 2001-3500 HOURS 55 00% $30 09 10 5A
4 3501-5000 HOURS 65 00% $34 23 10 5A
5 5001-6500 HOURS 75 00% $38 39 10 5A
6 6501-8000 HOURS 85 00% $42 53 10 5A
ELECTRICIANS - POWERLINE CONSTRUCTION
JOURNEY LEVEL LlNEPERSON
1 0000-1000 HOURS 60 00% $32 03 4A 5A
2 1001-2000 HOURS 63 00% $33 20 4A 5A
3 2001-3000 HOURS 67 00% $34 76 4A 5A
4 3001-4000 HOURS 72.00% $36 71 4A 5A
5 4001-5000 HOURS 78 00% $39 05 4A 5A
6 5001-6000 HOURS 86 00% $42 17 4A 5A
. 7 6001-7000 HOURS 90.00% $43 73 4A 5A
Page 2
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY .
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
POLE SPRA YER
1 0000-1000 HOURS 8570% $42 06 4A 5A
2 1001-2000 HOURS 8980% $43 66 4A 5A
3 2001-3000 HOURS 92 80% $44 83 4A 5A
ELEVA TOR CONSTRUCTORS
MECHANIC
1 0000-1000 HOURS 50 00% $20 69 4A 60
2 1001-1700 HOURS 55.00% $37 36 4A 60
3 1701-3400 HOURS 65 00% $41 76 4A 60
4 3401-5100 HOURS 70 00% $44 55 4A 60
5 5101-6800 HOURS 80 00% $48 97 4A 60
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $793
2 1001-2000 HOURS 60.00% $793
3 2001-3000 HOURS 65 00% $793
4 3001-4000 HOURS 70 00% $845
5 4001-5000 HOURS 7500% $905
6 5001-6000 HOURS 80.00% $966
7 6001-7000 HOURS 85.00% $1026
8 7001-8000 HOURS 95 00% $11 47
TELECOMMUNICA TION TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
1 0000.{)800 HOURS 60 00% $20 37 10 5A
2 0801-1500 HOURS 65 00% $21 71 10 5A
3 1601-2400 HOURS 70 00% $23 06 10 5A
4 2401-3200 HOURS 75 00% $2441 10 5A .
5 3201-4000 HOURS 80 00% $25 76 10 5A
6 4001-4800 HOURS 85 00% $27 11 10 5A
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 45 00% $21 83 1H 5G
2 1001-2000 HOURS 50 00% $23 71 1H 5G
3 2001-3000 HOURS 55.00% $25 58 1H 5G
4 3001-4000 HOURS 60 00% $27 45 1 H 5G
5 4001-5000 HOURS 65 00% $29 32 1H 5G
6 5001-6000 HOURS 70 00% $31 19 1H 5G
7 6001-7000 HOURS 80 00% $34 93 1H 5G
8 7001-8000 HOURS 90.00% $38 67 1H 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 0000-1000 HOURS 40.00% $24 92 1S 5J
2 1001-2000 HOURS 45 00% $2661 1S 5J
3 2001-3000 HOURS 50 00% $28 29 1S 5J
4 3001-4000 HOURS 55.00% $29 97 1S 5J
5 4001-6000 HOURS 65 00% $33 34 1S 5J
6 6001-8000 HOURS 75 00% $36 71 1S 5J
7 8001-10000 HOURS 85 00% $40 08 1S 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
1 0000-1000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 70 00% $26.48 1M 50
3 2001-3000 HOURS 80 00% $29 11 1M 50
4 3001-4000 HOURS 90 00% $31 73 1M 50
.
Page 3
PREVAILING WAGE RATES
. FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
INSULA TION APPLlCA TORS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1025
2 1001-2000 HOURS 60 00% $12.30
3 2001-3000 HOURS 75 00% $1538
4 30014000 HOURS 90 00% $1845
IRON WORKERS
JOURNEY LEVEL
1 0000.{)750 HOURS 65 00% $27 48 10 5A
2 0751-1500 HOURS 70 00% $29 05 10 5A
3 1501-2250 HOURS 75 00% $38 38 10 5A
4 2251-3000 HOURS 80 00% $39 95 10 5A
5 3001-3750 HOURS 90 00% $4310 10 5A
6 37514500 HOURS 90 00% $4310 10 5A
7 4501-5250 HOURS 9500% $44 68 10 5A
8 5251-6000 HOURS 9500% $44 68 10 5A
LABORERS
GENERAL LABORER
1 0000-1000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 70 00% $26 48 1M 50
3 2001.3000 HOURS 80 00% $29 11 1M 50
4 30014000 HOURS 90 00% $31 73 1M 50
LABORERS - UNDERGROUND SEWER & WA TER
GENERAL LABORER
. 1 0000-1000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 70 00% $26 48 1M 50
3 2001-3000 HOURS 80 00% $29 11 1M 50
4 30014000 HOURS 90 00% $31.73 1M 50
LATHERS
JOURNEY LEVEL
1 0000.{)700 HOURS 50 00% $22.25 1M 50
2 0701-1400 HOURS 60 00% $2916 1M 50
3 1401.2100 HOURS 68 00% $31 59 1M 50
4 2101-2800 HOURS 76 00% $34 02 1M 50
5 2801-3500 HOURS 84 00% $36.45 1M 50
6 35014200 HOURS 92 00% $38 88 1M 50
PAINTERS
JOURNEY LEVEL
1 0000.{)750 HOURS 52 00% $1927 26 5A
2 0751-1500 HOURS 56 00% $20 32 28 SA
3 1501-2250 HOURS 60 00% $21 37 28 5A
4 2251-3000 HOURS 64 00% $23 26 26 SA
5 3001-3750 HOURS 68 00% $24 36 26 5A
6 40014800 HOURS 72.00% $25 45 26 5A
PLASTERERS
JOURNEY LEVEL
1 0000.{)500 HOURS 40 00% $1033
2 0501-1000 HOURS 45 00% $11.62
3 1001-1500 HOURS 45 00% $11 62
4 1501-2000 HOURS 50 00% $12.92
5 2001-2500 HOURS 55 00% $14 21
6 2501-3000 HOURS 60 00% $1550
7 3001-3500 HOURS 65 00% $16 79
8 35014000 HOURS 70 00% $1808
9 40014500 HOURS 75 00% $1937
10 4501-5000 HOURS 80 00% $20 66
11 5001-5500 HOURS 85 00% $21 96
12 550HiOOO HOURS 90 00% $23 25
. 13 6001-6500 HOURS 95 00% $24 54
14 6501-7000 HOURS 95 00% $24 54
Page 4
Stage of Progression & Hour Range
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-2000 HOURS 50 00%
2 20014000 HOURS 62 50%
3 4001 ~OOO HOURS 70 00%
4 6001-8000 HOURS 75 00%
5 8001-10000 HOURS 85 00%
POWER EQUIPMENT OPERA TORS
BACKHOES (75 HP & UNDER)
ALL EQUIPMENT
1 0000-1000 HOURS 65 00% $31 28
2 1001-2000 HOURS 70 00% $3280
3 2001-3000 HOURS 7500% $34 32
4 30014000 HOURS 80 00% $35 84
5 4001-5000 HOURS 90 00% $3889
6 5001~000 HOURS 95.00% $4041
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
(SEE POWER EQUIPMENT OPERA TORS)
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70.00%
3 2001-3000 HOURS 75 00%
4 30014000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001~000 HOURS 95 00%
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1 0000-1000 HOURS 75 00%
2 1001-2000 HOURS 80 00%
3 2001-3000 HOURS 85 00%
4 30014000 HOURS 90 00%
REFRIGERA TION & AIR CONDITIONING MECHANICS
MECHANIC
1 0000-2000 HOURS 50 00%
2 20014000 HOURS 55 00%
3 4001 ~OOO HOURS 60.00%
4 6001-8000 HOURS 7000%
5 8001-10000 HOURS 85 00%
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
1 1st Penod 60 00%
2 2nd Period 65 00%
3 3rd Penod 70 00%
44th Period 75 00%
55th Penod 80 00%
66th Penod 85 00%
77th Period 90.00%
88th Period 95 00%
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000.<J900 HOURS 50 00%
2 0901-1800 HOURS 55 00%
3 1801-2700 HOURS 75 00%
4 27014000 HOURS 85 00%
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
0000-1000 HOURS 55 00%
1001-2000 HOURS 65 00%
20014000 HOURS 75.00%
400HOOO HOURS 85 00%
1
2
3
4
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing
Wage
$29 93
$40 82
$43 73
$45 67
$49 57
$31 28
$32 80
$34 32
$35 84
$38 89
$4041
$2517
$26 34
$27 52
$28 70
$1384
$1522
$1661
$1938
$23 53
$10 71
$11 60
$1250
$1339
$1428
$1517
$16 07
$1696
$1389
$1528
$20 84
$2361
$803
$949
$1095
$1241
Overtime Holiday
Code Code
1G SA
1G 5A
1G 5A
1G SA
1G SA
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
4A SA
4A SA
4A SA
4A 5A
.
Note
Code
8L
8L
8L
8L
8L
8L
.
Page 5
.
PREVAILING WAGE RATES
. FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000.Q900 HOURS 55.00% $1625 1E 6L
2 0901-1800 HOURS 60 00% $1715 1E 6L
3 1801-2700 HOURS 65 00% $1847 1E 6L
4 2701-3600 HOURS 70 00% $1937 1E 6L
5 3601-4500 HOURS 75 00% $20 52 1E 6L
6 4501-5400 HOURS 8000% $21 42 1E 6L
ROOFERS
JOURNEY LEVEL
1 0000.Q820 HOURS 60 00% $23 23 1R 5A
2 0821-1630 HOURS 67 00% $25 03 1R 5A
3 1631-2450 HOURS 74 00% $26 82 1R 5A
4 2451-3270 HOURS 81 00% $30 91 1R 5A
5 3271-4080 HOURS 88 00% $3271 1R 5A
6 4081-4899 HOURS 9500% $34 50 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL
1 0000-2000 HOURS 45 00% $21 91 1E 6L
2 2001-3000 HOURS 50 00% $3019 1E 6L
3 3001-4000 HOURS 55.00% $32 04 1E 6L
4 4001-6000 HOURS 60 00% $33 92 1E 6L
5 5001-6000 HOURS 65 00% $35 79 1E 6L
6 6001-7000 HOURS 70 00% $37 65 1E 6L
7 700Hl000 HOURS 75 00% $39 52 1E 6L
. 8 8001-9000 HOURS 80 00% $41 38 1E 6L
9 9001-10000 HOURS 85 00% $43 26 1E 6L
SOFT FLOOR LAYERS
JOURNEY LEVEL
1 0000.Q750 HOURS 45.00% $1599 18 5A
2 0751-1500 HOURS 50 00% $1815 18 5A
3 1501-2250 HOURS 60 00% $22 49 18 5A
4 2251-3000 HOURS 70 00% $2531 , 18 5A
5 3001-3750 HOURS 80 00% $28.12 18 5A
6 3751-4500 HOURS 85 00% $29 53 18 5A
7 4501-6250 HOURS 90 00% $30 94 18 5A
8 525HOOO HOURS 95 00% $32 35 18 5A
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
GRADE 1 /INDENTURED AFTER APRIL 1 200m
1 0000-1 000 HOURS 45 00% $885 1
2 1001 -2000 HOURS 50 00% $984 1
3 2001 -3000 HOURS 55 00% $10 82 1
4 3001-4000 HOURS 60 00% $11 80 1
1 0000-1 000 HOURS 40 00% $793 1
2 1001 -2000 HOURS 45 00% $885 1
3 2001 -3000 HOURS 50 00% $984 1
4 3001-4000 HOURS 5500% $1082 1
1 0000-1 000 HOURS 65 00% $1279 1
2 1001 -2000 HOURS 70 00% $1377 1
3 2001 -3000 HOURS 75.00% $1475 1
4 3001-4000 HOURS 80 00% $1574 1
5 4001 -5000 HOURS 85 00% $16 72 1
6 5001 -6000 HOURS 90.00% $1770 1
1 0000-1 000 HOURS 60 00% $11 80 1
2 1001 -2000 HOURS 65 00% $1279 1
3 2001 -3000 HOURS 70 00% $13.77 1
4 3001-4000 HOURS 75.00% $1475 1
5 4001-5000 HOURS 80 00% $15.74 1
. 6 500HOOO HOURS 85 00% $1672 1
Page 6
PREVAILING WAGE RATES
FOR .
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
1 0000-1000 HOURS 50 00% $23 34 18 5A
2 1001-2500 HOURS 55 00% $24 75 18 5A
3 2501-3500 HOURS 60 00% $26 14 18 5A
4 35014500 HOURS 70 00% $28 96 18 5A
TERRAZZO WORKERS & TILE SETTERS
1 0000-1000 HOURS 50 00% $24 00 18 5A
2 1001-2500 HOURS 5500% $2547 18 5A
3 2501-3500 HOURS 60.00% $26.93 18 5A
4 35014500 HOURS 70 00% $29 87 18 5A
5 4501-5500 HOURS 80 00% $3281 18 5A
6 5501~250 HOURS 90 00% $3574 18 5A
7 6251-7000 HOURS 9500% $37 21 18 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
1 0000.()500 HOURS 60 00% $1469 1K 5A
2 0501-1000 HOURS 60 00% $2001 1K 5A
3 1001-2333 HOURS 60.00% $23 11 1K 5A
4 23344666 HOURS 73 00% $26.94 1K 5A
5 4667-7000 HOURS 88 00% $31 36 1K 5A
TRUCK DRIVERS
DUMP TRUCK
ALL TRUCKS
1 0000.()700 HOURS 70 00% $14 16
2 0701-1400 HOURS 80 00% $1618 .
3 1401-2100 HOURS 90 00% $1821
.
Page 7
BENEFIT CODE KEY - EFFECTIVE 3-3-07
.
OVRRTIMR CODRS
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE
WORKER. ON l!lllLK. WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE
PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS
ACTUALLY PROVIDED FOR THE WORKER.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
A. ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL ALSO BE P AID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURL Y RATE OF WAGE
C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A
FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT
DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY
RATE OF WAGE
.
F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL
BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE
G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED
ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN
(10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO
INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND
ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH
SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH
SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE
K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURL Y RATE OF WAGE
L
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SA TURDA Y
AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE
.
Page 1
BENEFIT CODE KEY - EFFECTIVE 3-3-07
M
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO
INCLEMENT WEATHER CONDITIONS) SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE
.
N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND
ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND
HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
o THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND
AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON
SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT)
AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
HOURS WORKED ON HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURL Y RATE OF WAGE
Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY
MONDA Y THROUGH SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
(EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL
HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE
S
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL
BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE
.
T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND
ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 6 00 PM SATURDAY
TO 600 AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR
DA Y) SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
V ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY
AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE
W ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO
CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE
X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH
SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY,
FRIDA Y, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND
ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
.
Page 2
.
.
.
BENEFIT CODE KEY - EFFECTIVE 3-3-07
2
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY
RATE OF WAGE
B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE
C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE
D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN
EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE.
E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT
ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS
OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY
RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT
(8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY.
H.
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE
ALL HOURS WORKED ON SA TURDA YS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE P AID AT
ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS
AND ON LABOR DAY SHALL BE P AID AT TWO TIMES THE HOURL Y RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID
HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF
WAGE IN ADDITION TO THE HOLIDAY PAY
M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
o ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE
P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SA TURDA Y
AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE
4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
Page 3
BENEFIT CODE KEY - EFFECTIVE 3-3-07
HOLm A V C:ODFS
.
5
A
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
B HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND
CHRISTMAS DA Y (8)
C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
D HOLIDA YS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND
CHRISTMAS DAY (8)
E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY (8)
F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL
DA Y, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (II)
G HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY
(7).
H HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE
DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6)
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6)
.
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY,
FRIDA Y AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7).
N. HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND
CHRISTMAS DAY (9)
P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS, AND CHRISTMAS DAY (9)
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6)
R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DA Y, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS
DAY, AND CHRISTMAS DAY (7 1/2).
SPAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7)
T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10)
V. PAID HOLIDAYS SIX (6) PAID HOLIDAYS
W PAID HOLIDAYS NINE (9) PAID HOLIDAYS
.
Page 4
.
.
.
6.
BENEFIT CODE KEY - EFFECTIVE 3-3-07
x
HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY, AND CHRISTMAS DAY
AFTER 2080 HOURS - NEW YEAR'S DA Y, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING
HOLIDAY (8)
Y HOLIDA YS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING
DAY, AND CHRISTMAS DAY (8)
Z HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
A
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS
DAY (8)
B
PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE
DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS
EVE'S DAY, AND CHRISTMAS DAY (9)
C
HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9)
D
PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,
THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9)
F
PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE
DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I I).
P AID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
L
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING
DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8)
Q
PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND
CHRISTMAS DAY (8). UNPAID HOLIDAY PRESIDENTS' DAY
T
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER
THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
U
HOLIDA YS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY,
INDEPENDENCE DA Y, LABOR DAY, THANKSGIVING DA Y, THE FRIDA Y AFTER
THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9)
V
PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY,
CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9).
W
PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER
THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10)
x
PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY,
PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER
CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I I)
Page 5
BENEFIT CODE KEY - EFFECTIVE 3-3-07
NOTR COORS
.
8
A
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF
PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH
PREMIUMS APPL Y TO DEPTHS OF FIFTY FEET OR MORE
OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' - $225 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' - $5 50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250' - DIVERS MA Y NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN
THE SCALE LISTED FOR 250 FEET
C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF
PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH
PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE
OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO ISO' - $150 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER ISO' TO 200' - $200 PER FOOT FOR EACH FOOT OVER ISO FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL
$1 00 PER HOUR
L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-
LEVEL A $075, LEVEL B $050, AND LEVEL C $025
M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS.
LEVELS A & B $1 00, LEVELS C & D: $0 50
N
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS _
LEVEL A $100, LEVEL B $075, LEVEL C $050, AND LEVEL D $025
.
9. A SHIFT DIFFERENTIAL SWING FROM 4 30 PM TO I AM IS WAGE PLUS 17.3% GRAVEYARD FROM 12.30
AM TO 9.00 AM IS WAGE PLUS 3 14%
B SHIFT DIFFERENTIAL SWING FROM 4 30 PM TO 1230 AM IS WAGE PLUS 10% FOR 7 'h HOURS
WORKED GRAVEYARD FROM 1230 AM TO 9.00 AM IS WAGE PLUS 15% 7
HOURS WORKED
c.
.
Page 6
.
Attachment C.
Davis-Bacon
Prevailing Wage Rate Schedule for the Area
.
.
Page 1 of 45
General Decision Number: WA030001 01/19/2007 WA1
.
Superseded General Decision Number: WA020001
State: Washington
Construction Types: Heavy (Heavy and Dredging) and Highway
Counties: Washington Statewide.
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes
D.O.E. Hanford Site in Benton and Franklin Counties)
Modification Number Publication Date
0 06/13/2003
1 01/23/2004
2 02/06/2004
3 02/13/2004
4 03/05/2004
5 03/12/2004
6 04/16/2004
7 05/14/2004
8 06/18/2004
9 06/25/2004
10 07/02/2004
11 07/23/2004
12 08/06/2004
. 13 08/20/2004
14 09/03/2004
15 10/01/2004
16 10/15/2004
17 10/22/2004
18 11/05/2004
19 11/19/2004
20 12/03/2004
21 01/14/2005
22 02/18/2005
23 03/18/2005
24 03/25/2005
25 04/01/2005
26 04/22/2005
27 06/03/2005
28 06/10/2005
29 06/17/2005
30 07/08/2005
31 07/29/2005
32 08/12/2005
33 08/19/2005
34 09/09/2005
35 09/16/2005
36 09/23/2005
37 09/30/2005
38 10/14/2005
39 11/18/2005
. 40 01/27/2006
41 02/10/2006
42 02/17/2006
43 02/24/2006
http://www.wdol.gov/wdol/scafi1es/davisbaconIWA1.dvb
1/22/2007
Page 2 of 45
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
03/31/2006
06/02/2006
06/16/2006
06/23/2006
06/30/2006
07/14/2006
08/11/2006
09/01/2006
09/08/2006
09/22/2006
09/29/2006
10/13/2006
11/03/2006
11/24/2006
12/01/2006
12/08/2006
01/19/2007
.
CARP0001-008 06/01/2006
Rates
Fringes
Carpenters:
COLUMBIA RIVER AREA -
ADAMS, BENTON, COLUMBIA,
DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY,
FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120TH
MERIDIAN) AND WALLA WALLA
COUNTIES
GROUP 1:................... $ 24. 93
GROUP 2:................... $ 26.18
GROUP 3:................... $ 25.20
GROUP 4:................... $ 24.93
GROUP 5:................... $ 61.74
GROUP 6:................... $ 29. 07
SPOKANE AREA: ASOTIN,
GARFIELD, LINCOLN, PEND
OREILLE, SPOKANE, STEVENS
AND WHITMAN COUNTIES
GROUP 1:................... $ 24.26
GROUP 2:................... $ 25.51
GROUP 3:................... $ 24.52
GROUP 4:................... $ 24.26
GROUP 5:................... $ 60.07
GROUP 6:................... $ 28.35
8.50
8.50
8.50
8.50
8.50
8.50
.
8.50
8.50
8.50
8.50
8.50
8.50
CARPENTERS CLASSIFICATIONS
GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler;
Insulators (all types), Acoustical, Drywall and Metal
Studs, Metal Panels and Partitions; Floor Layer, Sander,
Finisher and Astro Turf; Layout Carpenters; Form Builder;
Rough Framer; Outside or Inside Finisher, including doors,
windows, and jams; Sawfiler; Shingler (wood, composition)
Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and
Dismantling; Stationary Saw-Off Bearer; Wire, Wood and
Metal Lather Applicator
.
http://www.wdol.gov/wdol/scafiles/davisbaconIWAl.dvb
1/22/2007
.
.
.
Page 3 of 45
GROUP 2: Millwright, machine erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4 : Bridge, dock and wharf carpenters
GROUP 5 : Divers
GROUP 6 : Divers Tender
ZONE PAY:
ZONE 1 0-45 MILES FREE
ZONE 2 46-65 MILES $2.00/PER HOUR
ZONE 3 66-100 MILES $3.00/PER HOUR
ZONE 4 OVER 100 MILES $4.50/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main
Post Office of established residence of employee.
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee.
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee.
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee.
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of
established residence of employee.
DEPTH PAYY FOR DIVERS:
Each foot over 50-100 feet
Each foot over 100-175 feet
Each foot over 175-250 feet
$1.00
2.25
5.50
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
http://www . wdo1.gov/wdol/scafiles/davisbaconIW A 1.dvb
1/22/2007
Page 4 of 45
CARP0003-006 06/01/2006
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS (Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Wil1apa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
.
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1:
Rates
Fringes
Carpenters:
CARPENTERS; ACOUSTICAL.... ..$ 29.49
DIVERS TENDERS..... .........$ 32.18
DIVERS. . . . . . . . . . . . . . . . . . . . . . $ 69.76
DRYWALL. . . . . . . . . . . . . . . . . . . . . $ 29.49
FLOOR LAYERS & FLOOR
FINISHERS (the laying of
all hardwood floors nailed
and mastic set, parquet
and wood-type tiles, and
block floors, the sanding
and finishing of floors,
the preparation of old and
new floors when the
materials mentioned above
are to be installed);
INSULATORS (fiberglass and
similar irritating
ma t e r i 1 s . . . . . . . . . . . . . . . . . . . . $ 2 9 . 64
MILLWRIGHTS......... ...... ..$ 29.99
PILEDRIVERS. . . . . . . . . . . . . . . . . $ 29. 99
11. 28
11. 28
11. 28
11. 28
.
11. 28
11.28
11.28
DEPTH PAY:
50 TO 100 FEET
100 TO 150 FEET
150 TO 200 FEET
$1.00 PER FOOT OVER 50 FEET
1.50 PER FOOT OVER 100 FEET
2.00 PER FOOT OVER 150 FEET
Zone Differential (Add up Zone 1 rates) :
Zone 2 - $0.85
Zone 3 - 1. 25
Zone 4 - 1. 70
Zone 5 - 2.00
Zone 6 - 3.00
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowli~z, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
.
http://www.wdol.gov/wdollscafiles/davisbacon/WA1.dvb
1/2212007
.
.
.
Page 5 of 45
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
CARP0770-003 06/01/2006
Rates
Fringes
Carpenters:
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
ACCOUSTICAL WORKERS..... ...$ 22.05
CARPENTERS AND DRYWALL
APPLICATORS............. ...$ 22.05
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . . $ 22.05
DIVERS TENDER.... ..........$ 33.29
DIVERS. . . . . . . . . . . . . . . . . . . . . $ 74.82
INSULATION APPLICATORS... ..$ 22.05
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . . $ 31. 34
PILEDRIVER, BRIDGE DOCK
AND WHARF CARPENTERS..... ..$ 30.34
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING..... ..$ 30.34
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 22.05
10.65
10.65
10.65
10.93
10.93
10.65
10.65
10.65
10.65
10.65
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
http://www . wdol.gov /wdol/ scafiles/ davisbaconIW A 1.dvb
1/22/2007
Page 6 of 45
Zone Pay:
o -25 radius miles
25-35 radius miles
35-45 radius miles
45-55 radius miles
Over 55 radius miles
Free
$1.00/hour
$1.15/hour
$1.35/hour
$1.55/hour
.
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
o -25 radius miles
25-45 radius miles
Over 45 radius miles
Free
$ .70/hour
$1.50/hour
----------------------------------------------------------------
CARP0770-006 06/01/2006
Rates
Frlnges
Carpenters:
WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS (excludes
piledrivers only), MASON,
PACIFIC (North of a
straight line made by
extending the north
boundary line of Wahkiakum
County west to the Pacific
Ocean), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHAT COM
COUNTIES
ACOUSTICAL WORKERS.........$
BRIDGE, DOCK & WHARF
CARPENTERS...... ... ........$
CARPENTERS AND DRYWALL
APPLICATORS.. ......... .....$
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . . $
DIVERS TENDER. ........ .....$
DIVERS. . . . . . . . . . . . . . . . . . . . . $
INSULATION APPLICATORS.....$
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . . $
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING.......$ 30.54
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
.
30.50 10.93
30.34 10.93
30.34 10.93
30.44 10.93
33.29 10.93
74.82 10.93
30.34 10.93
31. 34 10.93
10.93
.
http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb
1/22/2007
.
.
.
Page 7 of 45
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 30.47
10.93
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
Zone Pay:
o -25 radius miles
25-35 radius miles
35-45 radius miles
45-55 radius miles
Over 55 radius miles
Free
$1.00/hour
$1.15/hour
$1.35/hour
$1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
o -25 radius miles
25-45 radius miles
Over 45 radius miles
Free
$ .70/hour
$1.50/hour
ELEC0046-001 06/05/2006
CALLAM, JEFFERSON, KING AND KIT SAP COUNTIES
Rates
Fringes
Cable splicer....................$ 37.95
Electrician.......... ............$ 34.50
3%+13.21
3%+13.21
ELEC0048-003 01/01/2006
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates
Fringes
Cable splicer.................... $ 31. 85
Electrician. . . . . . . . . . . . . . . . . . . . . . $ 31.60
3%+$13.80
3%+$13.80
* ELEC0073-001 11/01/2006
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
http://www.wdo1.gov/wdol/scafiles/davisbaconIWA1.dvb
1/2212007
Page 8 of 45
Rates
Fringes
Cable splicer.............. ......$ 25.07
Electrician. . . . . . . . . . . . . . . . . . . . . . $ 24.67
3%+12.03
3%+12.03
.
----------------------------------------------------------------
ELEC0076-002 09/01/2006
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates
Fringes
Cable splicer....................$ 35.59
Electrician......................$ 32.06
3%+13.18
3%+13.18
----------------------------------------------------------------
ELEC0077-002 02/01/2006
Rates
Fringes
Line Construction:
CABLE SPLICERS..............$ 40.47
GROUNDMEN...................$ 25.29
LINE EQUIPMENT MEN..........$ 31.07
LINEMEN, POLE SPRAYERS,
HEAVY LINE EQUIPMENT MAN....$ 36.13
POWDERMEN, JACKHAMMERMEN.. ..$ 27.10
TREE TRIMMER..... ...........$ 22.10
3.875%+10.35
3.875%+8.60
3.875%+8.60
3.875%+10.35
3.875%+8.60
3.875%+8.15
----------------------------------------------------------------
ELEC0112-005 06/01/2006
.
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates
Fringes
Cable splicer............. .......$ 31.82
Electrician. . . . . . . . . . . . . . . . . . . . . . $ 30.30
3%+12.68
3%+12.68
----------------------------------------------------------------
ELEC0191-003 09/01/2006
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates
Fringes
Cable splicer........ ...... ......$ 34.55
Electrician.... ................ ..$ 31.41
3%+11. 97
3%+11.97
----------------------------------------------------------------
ELEC0191-004 09/01/2006
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates
Fringes
Cable splicer..... ............. ..$ 30.15
Electriclan.......... ...... .... ..$ 27.41
3%+11.92
3%+11. 92
.
----------------------------------------------------------------
ELEC0970-001 06/01/2006
http://www.wdol.gov/wdol/scafiles/davisbaconIWAl.dvb
1/2212007
.
.
.
Page 9 of 45
COWLITZ AND WAHKIAKUM COUNTIES
Rates
Fringes
Cable splicer.. ..................$ 34.05
Electrician..... .... ...... ..... ..$ 30.95
3%+10.90
3%+10.90
ENGI0302-003 06/01/2006
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW)
Zone 1 (0-25 radius miles) :
Rates
Fringes
Power equipment operators:
Group 1A................... $ 31. 89
Group 1AA.................. $ 32.46
Group 1AAA..... .......... ..$ 33.02
Group 1..................... $ 31.34
Group 2..................... $ 30.85
Group 3..................... $ 30. 43
Group 4..................... $ 28.07
11. 50
11.50
11.50
11.50
11. 50
11.50
11. 50
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb
1/22/2007
Page 10 of 45
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers-self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
.
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant
feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant;
Motor patrol graders-finishing; Piledriver (other than
crane mount); Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper-self propelled, hard
tail end dump, articulating off-road equipment-under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine-shuttle buggy, blaw
knox-roadtec; Truck crane oiler/drlver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; OutSlde hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrpers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
.
GROUP 4 - Assistant Englneer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes-A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller-other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
Category B Projects: 95% of the basic hourly reate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be pald on the following:
.
1. Projects involving work on structures such as buildlngs
and bridges whose total value is less than $1.5 million
http://www.wdo1.gov/wdol/scafiles/davisbaconIWAI.dvb
1/2212007
Page 11 of 45
excluding mechanical, electrical, and utillty portions of
the contract.
.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "An Suit - Base wage rate plus $ .75 per hour.
.
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton,
Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP lAA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft in
height, base to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
.
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building work;
Excavator, shovel, backhoes over 3 yards and under 6 yards;
Hard tail end dump articulating off-road equipment 45 yards
and over; Loader- overhead 6 yards to, but not includlng 8
yards; Mucking machine, mole, tunnel, drill and/or shield;
Quad 9, HD 41, D-10; Remote control operator on rubber tired
earth moving equipment; Rollagon; Scrapers-self propelled 45
http://www.wdol.gov/wdol/scafiles/davisbaconIWAI.dvb
1/22/2007
Page 12 of 45
yards and over; Slipform pavers; Transporters, all truck or
track type
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Flnishing Machlne, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant feed;
Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor
patrol graders-finishing; Piledriver (other than crane
mount); Roto-mill,roto-grinder; Screedman, spreader, topside
operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar
Green; Scraper-self propelled, hard tail end dump,
articulating off-road equipment-under 45 yards; Subgrade
trimmer; Tractors, backhoes-over 75 hp; Transfer material
service machine-shuttle buggy, blaw knox-roadtec; Truck crane
oiler/driver-100 tons and over; Truck Mount portable
conveyor; Yo Yo Pay dozer
.
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck or
crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill locator;
Outside hoists-(elevators and manlifts), air tuggers, strato
tower bucket elevators; Hydralifts/boom trucks over 10 tons;
Loader-elevating type, belt; Motor patrol
grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrpers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Drlver under 100 tons; Tractors, backhoe 75 hp and under
.
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes-A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding operator;
Pavement breaker; Posthole digger, mechanical; Power plant;
Pumps, water; Rigger and Bellman; Roller-other than plant
mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment
operator
CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH
GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A
PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED
RATES MAY BE PAID ON THE FOLLOWING:
1. Projects involving work on structures
and bridges whose total value is less
million excluding mechanical, electrical, and
of the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving including, but
utilities excluded.
3. Marine projects (docks, wharfs, ect.) less than $150,000.
such as buildings
than $1.5
utility portions
.
http://www.wdo1.gov/wdol/scafiles/davisbaconIWA1.dvb
1/22/2007
Page 13 of 45
.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft
classifications subject to working inside a federally designed
hazardous perimeter shall be elgible for compensation in
accordance with the following group schedule relative to the
level of hazardous waste as outlined in the specific hazardous
waste project site safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing.
H-2 Class "C" Suit - Base wage rate plus $.25 per hour.
H-3 Class "B" Suit - Base wage rate plus $.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $.75 per hour.
ENGI0302-009 06/01/2006
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
WORK PERFORMED ON HYDRAULIC DREDDGES:
Zone 1 (0-25 radius miles) :
. Rates Fringes
Power equipment operators:
GROUP 1
TOTAL PROJECT COST
$300,000 AND OVER........ ..$ 30.01 11. 50
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . . $ 26.96 8.40
GROUP 2
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . . $ 30.14 11.50
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . . $ 27.06 8.40
GROUP 3
TOTAL PROJECT COST
$300,000 AND OVER..........$ 30.52 11. 50
TOTAL PROJECT COST UNDER
$300,000.................. .$ 27.38 8.40
GROUP 4
TOTAL PROJECT COST
$300,000 AND OVER........ ..$ 30.57 11.50
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . . $ 27.43 8.40
GROUP 5
TOATL PROJECT COST
. $300,000 AND OVER.. ...... ..$ 32.14 11. 50
TOTAL PROJECT COST UNDER
$300,000. . .. . . . . . . . . ... . . .. $ 28.75 8.40
GROUP 6
http://www.wdol.gov/wdollscafiles/davisbacon/WA1.dvb
1/2212007
Page 14 of 45
TOTAL PROJECT COST
$300,000 AND OVER...... ....$ 30.01
TOTAL PROJECT COST UNDER
$300,000...................$ 26.96
11.50
8.40
.
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS:
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Englneer (Electric, Diesel, Steam or
Booster Pump); Mates and Boatmen GROUP 4: Craneman,
Engineer Welder
GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
Category B Projects: 95% of the basic hourly reate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
Heavy Wage rates (Category A) Applies to clam shell dredge,
hoe and dipper, shovels and shovel attachments, cranes and
bulldozers.
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste slte when not
outfitted with protective clothing
H-2 Class "e" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. .
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb
1/22/2007
.
.
.
Page 15 of45
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton,
Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 - ASSISTANT MATE (DECKHAND)
GROUP 2 - OILER
GROUP 3 - ASSISTANT ENGINEER (ELECTRIC, DIESEL, STEAM OR
BOOSTER PUMP); MATES AND BOATMEN
GROUP 4 - CRANEMAN, ENGINEER WELDER
GROUP 5 - LEVERMAN, HYDRAULIC
GROUP 6 - MAINTENANCE
CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH
GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A
PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES
MAY BE PAID ON THE FOLLOWING:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of the
contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving including, but utilities
excluded.
3. Marine projects (docks, wharfs, ect.) less than $150,000.
HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE
AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft
classifications subject to working inside a federally designed
hazardous perimeter shall be elgible for compensation in
accordance with the following group schedule relative to the
level of hazardous waste as outlined in the specific hazardous
waste project site safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing.
B-2 Class "C" Suit - Base wage rate plus $.25 per hour.
H-3 Class "B" Suit - Base wage rate plus $.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $.75 per hour.
ENGI0370-002 06/01/2006
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
http://www.wdol.gov/wdollscafiles/davisbaconIWAI.dvb
1/22/2007
Page 16 of 45
Rates
Fringes
.
Power equipment operators:
GROUP 1A................... $ 22.04
GROUP 1..................... $ 22.59
GROUP 2..................... $ 22.91
GROUP 3..................... $ 23.52
GROUP 4..................... $ 23.68
GROUP 5..................... $ 23.84
GROUP 6..................... $ 24.12
GROUP 7..................... $ 24.39
GROUP 8..................... $ 25.49
8.32
8.32
8.32
8.32
8.32
8.32
8.32
8.32
8.32
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco,
Washington; Lewiston, Idaho
Zone 2: Outside 45 mlle radius of Spokane, Moses Lake,
Pasco, Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP lA: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and air compressor,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation);
Fireman & Heater Tender; Grade Checker; Hydro-seeder,
Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking
Machine; Pumpman; Rollers, all types on subgrade, including
seal and chlp coatings (farm type, Case, John Deere &
similar, or Compacting Vibrator), except when pulled by
Dozer with operable blade; Welding Machine
.
GROUP 2: A-frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finlshing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable-concrete);
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
.
http://www.wdo1.gov/wdol/scafiles/davisbacon/WA1.dvb
1/22/2007
.
.
.
Page 17 of45
GROUP 3: A-frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat; Boring Machine (earth); Boring
Machine (rock under 8 inch bit) (Quarry Master, Joy or
similar); Bump Cutter (Wayne, Saginau or similar); Canal
Lining Machine (concrete); Chipper (without crane);
Cleaning & Doping Machine (pipeline); Deck Engineer;
Elevating Belt-type Loader (Euclid, Barber Green &
similar); Elevating Grader-type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Tractor (to 0-6 or equivalent)
and Traxcavator; Traverse Finish Machine; Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond) (operate
drilling machine, drive or transport drill rig to and on
job site and weld well casing); Equipment Serviceman;
Greaser & Oiler; Hoist (2 or more drums or Tower Hoist);
Loaders (overhead & front-end, under 4 yds. R/T);
Refrigeration Plant Engineer (under 1000 ton); Rubber-tired
Skidders (R/T with or without attachments); Surface Heater
& Plant Machine; Trenching Machines (under 7 ft. depth
capacity); Turnhead (with re-screening); Vacuum Drill
(reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& slmilar) (operates drilling machine, drive or transport
drill rig to and on job site and weld well casing); Hoe
Ram; Piledriving Engineers; Paving (dual drum); Railroad
Track Liner Operaotr (self-propelled); Refrigeration Plant
Engineer (1000 tons & over); Signalman (Whirleys, Highline
Hammerheads or similar)
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments, Athey & Huber);
Boom Cats (side); Cable Controller (dispatcher); Clamshell
Operator (under 3 yds.); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar;
Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D.
Welder; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
http://www . wdol.gov /wdol/ scafi1es/ davisbacon/W A 1.dvb
1/22/2007
Page 18 of45
Machine (asphalt and concrete); Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber-tired;
Screed Operator; Shovel(under 3 yds.); Tractors (D-6 &
equilvalent & over); Trenching Machines (7 ft. depth &
over); Tug Boat Operator Vactor guzzler, super sucker
.
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber-tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead, rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .30 over scale
Over 250 ft $ .60 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
----------------------------------------------------------------
ENGI0370-006 06/01/2006
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
WORK PERFORMED ON HYDRAULIC DREDGES
Rates
Fringes
Hydraulic Dredge
GROUP 1:.................... $ 30. 01
GROUP 2:.................... $ 30.52
GROUP 3:.................... $ 30.57
GROUP 4:.................... $ 32.14
GROUP 5:.................... $ 30.01
GROUP 6:.................... $ 30.14
GROUP 7:.................... $ 30.52
11. 50
11. 50
11.50
11.50
11. 50
11.50
11.50
.
http://www.wdol.gov/wdol/scafiles/davisbaconIWAI.dvb
1/2212007
.
.
.
Page 19 of 45
GROUP 1: Assistant Mate (Deckhand)
GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or
Booster Pump)
GROUP 3: Engineer Welder
GROUP 4: Leverman, Hydraulic
GROUP 5: Maintenance
GROUP 6: Oiler
GROUP 7: Mates & Boatman
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
ENGI0612-001 06/01/2006
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF
WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
PROJECTS:
CATEGORY A PROJECTS (excludes Category B projects, as shown
below)
Rates
Fringes
Power equipment operators:
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project cost $300,000 and
over
GROUP 1.................... $ 30.01
GROUP 2.................... $ 30.14
GROUP 3.................... $ 30.52
GROUP 4.................... $ 30.57
GROUP 5.................... $ 32.14
GROUP 6.................... $ 30.01
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project Cost under $300,000
GROUP 1....................$ 26.96
GROUP 2.................... $ 27.06
GROUP 3.................... $ 27. 38
GROUP 4.................... $ 27. 43
GROUP 5.................... $ 28.75
GROUP 6.................... $ 26. 96
11. 50
11. 50
11. 50
11.50
11. 50
11.50
8.40
8.40
8.40
8.40
8.40
8.40
ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
BASEPOINTS: Tacoma, Olympia, and Centralia
CATEGORY B PROJECTS - 95% of the basic hourly rate for each
group plus full fringe benefits applicable to Category A
projects shall apply to the following projects: Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
http://www.wdo1.gov/wdol/scafi1es/davisbacon/WA1.dvb
1/22/2007
Page 20 of 45
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docts, wharfs, etc.) less than $150,000
.
WORK PERFORMED ON HYDRAULIC DREDGES:
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump); Mates and Boatmen GROUP 4: Craneman,
Engineer Welder
GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS
HANDLING OF HAZARDOUS WASTE MATERIALS
H-1 - When not outfitted with protective clothing of level D
equipment - Base wage rate
H-2 - Class "C" Suit - Base wage rate + $.25 per hour
H-3 - Class "B" Suit - Base wage rate + $.50 per hour
H-4 - Class "A" Suit - Base wage rate +$.75 per hour
ENGI0612-002 06/01/2006
.
LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles) :
Rates
Fringes
Power equipment operators:
GROUP 1A................... $ 31. 89
GROUP 1AA.......... ...... ..$ 32.46
GROUP 1AAA.................$ 33.02
GROUP 1..................... $ 31. 34
GROUP 2..................... $ 30.85
GROUP 3..................... $ 30.43
GROUP 4..................... $ 28.07
11.50
11. 50
11.50
11. 50
11.50
11. 50
11. 50
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $ .70
Zone 3 (Over 45 radius miles) - $1.00
.
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
http://www .wdol.gov/wdol/scafiles/davisbaconIW Al.dvb
1/2212007
.
.
.
Page 21 of 45
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
{including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck englneer/deck winches (power);
Drilling machlne; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-lOa tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-{elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carryall; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
http://www.wdol.gov/wdollscafiles/davisbacon/WA1.dvb
1/22/2007
Page 22 of 45
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machlne-Iaser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
.
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value lS less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 mllllon where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perlmeter shall be e1gible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus
H-3 Class "B" Suit - Base wage rate plus
H-4 Class "A" Suit - Base wage rate plus
.
$ .25 per
$ .50 per
$ .75 per
hour.
hour.
hour.
----------------------------------------------------------------
* ENGI0701-002 01/01/2007
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates
Fringes
Power equipment operators:
(See Footnote A)
GROUP 1..................... $ 32.15
GROUP lA....................$ 33.76
GROUP lB.................... $ 35.37
GROUP 2..................... $ 30.71
GROUP 3..................... $ 29.83
GROUP 4..................... $ 29. 19
GROUP 5..................... $ 28. 47
GROUP 6..................... $ 25.79
11. 00
11. 00
11. 00
11.00
11.00
11.00
11.00
11.00
.
Zone Differential (add to Zone 1 rates):
Zone 2 - $1. 50
http://www.wdo1.gov/wdol/scafiles/davisbacon/WA1.dvb
1/22/2007
.
.
.
Page 23 of 45
Zone 3 - 3.00
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 mlles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three
units or more; CRANE: Helicopter Operator, when used in
erecting work; Whirley Operator, 90 ton and over; LATTICE
BOOM CRANE: Operator 200 tons through 299 tons, and/or over
200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachments;
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
250 ton
GROUP lA: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment); LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb
1/2212007
Page 24 of 45
GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399
tons with over 200 feet boom; Operator 400 tons and over;
FLOATING EQUIPMENT: Floating Crane 350 ton and over
GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker
required); Blade Operator, Robotic; BULLDOZERS: Bulldozer
operator over 120,000 lbs and above; Bulldozer operator,
twin englne; Bulldozer Operator, tandem, quadnine, 010, 011,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and/or Wet Mix Operator, one and two
drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head;
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC
CRANE: Hydraulic crane operator 90 tons through 199 tons
(with luffing or tower attachment); TOWER/WHIRLEY OPERATOR:
Tower Crane Operator; Whirley Operator, under 90 tons;
LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200
feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than 150 tons; LOADERS: Loader operator, 120,000
lbs. and above; REMOTE CONTROL: Remote controlled
earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber-
tired scraper operator, with tandem scrapers, multi-engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING
MACHINE: Wheel Excavator, under 750 cu. yds. per hour
(Grade Oiler required); Canal Trimmer (Grade Oiler
required); Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator);
UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote
or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over
130,000 lbs.
.
.
GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up
to and includlng 120,000 lbs.; HYDRAULIC CRANE: Hydraulic
crane operator, 50 tons through 89 tons (wlth luffing or
tower attachment); LATTICE BOOM CRANES: Lattice Boom
Crane-50 through 89 tons (and less than 150 feet boom);
FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR:
excavator over 80,000 lbs. through 130,000 lbs.; LOADERS:
Loader operator 60,000 and less than 120,000; RUBBER-TIRED
SCRAPERS: Scraper Operator, with tandem scrapers;
Self-loading, paddle wheel, auger type, finish and/or 2 or
more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR:
Shovel, Dragline, Clamshell operators 3 cu. yds. but less
than 5 cu yds.
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screeman required); BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
multi-engine; BULLDOZERS: Bulldozer Operator over 20,000
lbs and more than 100 horse up to 70,000 lbs; Drill Cat
Operator; Side-boom Operator; Cable-Plow Operator (any
type); CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type); Stump Grinder
(loader mounted or simllar type; Tub Grlnder; Land Clearing
.
http://www.wdo1.gov/wdollscafiles/davisbaconIWA1.dvb
1/2212007
.
.
.
Page 25 of 45
Machine (Track mounted forestry mowing & grinding machine);
Hydro Axe (loader mounted or similar type); COMPACTORS
SELF-PROPELLED: Compactor Operator, wlth blade; Compactor
Operator, multi-engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete Paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K-17 or
similar types); Laser Screed; CRANE: Chicago boom and
similar types; Lift Slab Machine Operator; Boom type
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 ton; Hoist Operator, stiff leg, guy
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry Picker or similar type crane;
Carry Deck Operator; Hydraulic Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel-Electric Engineer; Grizzley Operator; Drill Doctor;
Boring Machine Operator; Driller-Percussion, Diamond, Core,
Cable, Rotary and similar type; Cat Drill (John Henry);
Directional Drill Operator over 20,000 Ibs pullback;
FLOATING EQUIPMENT: Diesel-electric Engineer; Jack
Operator, elevating barges, Barge Operator, self-
unloading; Piledriver Operator (not crane type) (Deckhand
required); Floating Clamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel-Electric Engineer required);
Floating Crane (derrick barge) Operator, less than 30 tons;
GENERATORS: Generator Operator; Diesel-electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types);
Guardrail Auger Operator (all types); Combination Guardrail
machines, i.e., punch auger, etc.; HEATING PLANT: Surface
Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe operator, track and wheel type up
to and including 20,0000 lbs. with any or all attachments;
Excavator Operator over 20,000 Ibs through 80,000 Ibs.;
LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders
Operator, front end and overhead, 25,000 Ibs and less than
60,000 Ibs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar types; PILEDRIVERS: Hammer
Operator; Piledriver Operator (not crane type); PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping
Machine Operator; Pipe Bending Machine Operator; Pipe
Wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting
Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel
Electric Engineer (Plant or Floating; Bolt Threading
Machine operator; Drill Doctor (Bit Grinder); H.D.
Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS:
Rubber-tired Scraper Operator,single engine, single
scraper; Self-loading, paddle wheel, auger type under 15
cu. yds.; Rubber-tired Scraper Operator, twin engine;
Rubber-tired Scraper Operator, with push- ull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric
Engineer; Stationay Drag Scraper Operator; Shovel,
Dragline, Clamshell, Operator under 3 cy yds.; Grade-all
http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb
1/22/2007
Page 26 of 45
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor
operator, rubber-tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber-tired dozers and
pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, dlgging
capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator
.
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix); Asphalt Burner and
Reconditioner Operator (any type); Roto-Mill, pavement
profiler, ground man; BULLDOZERS: Bulldozer operator,
20,000 Ibs. or less or 100 horse or less; COMPRESSORS:
Compressor Operator (any power), over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or slmilar type (without
blade); CONCRETE: Combination mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quallty Control
Operator; Beltcrete Operator; Pumpcrete Operator (any
type); Pavement Grinder and/or Grooving Machine Operator
(riding type); Cement Pump Operator, Fuller-Kenyon and
simllar; Concrete Pump Operator; Grouting Machine Operator;
Concrete mixer operator, single drum, under (5) bag
capacity; Cast in place plpe laying machine; maginnis
Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and/or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting slip forms in tunnels; Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Concrete Paving Machine Operator; Concrete
Finishing Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator; Hoist Operator, single
drum; Elevator Operator; A-frame Truck Operator, Double
drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and
Earth Boring Machine Operator; Vacuum Truck; Directlonal
Drill Operator over 20,000 Ibs pullback; FLOATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type);
Hydraulic Backhoe Operator track type up to and including
20,000 Ibs.; LOADERS: Loaders, rubber- tlred type, less
than 25,000 Ibs; Elevating Grader Operator, Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Servlce oiler (Greaser);
PIPELINE-SEWER WATER: Hydra hammer or simialr types;
Pavement Breaker Operator; PUMPS: Pump Operator, more than
5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator
Operator; Ballast Tamper Multi-Purpose Operator; Track
Liner Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material hauler;
SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled;
Pulva-mixer or similar types; Chiip Spreading machine
operator; Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self-propelled
.
.
http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb
1/22/2007
.
.
.
Page 27 of 45
construction job site; TRACTOR-RUBBER TIRED: Tractor
operator, rubber-tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; pugmill
Operator (any type); Truck mounted asphalt spreader, with
screed; COMPRESSORS: Compressor Operator (any power), under
1,250 cu. ft. total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer Box
Operator (C.T.B., dry batch, etc.); Cement Hog Operator;
Concrete Saw Operator; Concrete Curing Machine Operator
(riding type); Wire Mat or Brooming Machine Operator;
CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler
Driver; A-frame Truck Operator, single drum; Tugger or
Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher
Feederman; CRUSHER: Crusher oiler; Crusher feederman;
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding
Operator, construction job site (exclduing working
platform); Fork Lift or Lumber Stacker Operator,
construction job site; Ross Carrier Operator, construction
job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less
than 1 cu yd.); Bucket Elevator Loader Operator,
BarberGreene and similar types; OILERS: Oiler; Guardrail
Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; Grade
Oiler, required to check grade; Grade Checker; Rigger;
PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(power agitated); PUMPS: Pump Operator (any power);
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oiler; Switchman; Motorman; Ballast Jack Tamper Operator;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check grade); Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt); Tamping
Machine operartor, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
Oiler; TUNNEL: Conveyor operator; Air filtration equipment
operator
* ENGI0701-003 01/01/2007
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
DREDGING:
Rates
Fringes
Dredging:
ZONE A
ASSISTANT ENGINEER.... .....$ 33.58
ASSISTANT MATE... ..........$ 29.57
LEVERMAN, DIPPER,
FLOATING CLAMSHELL... ......$ 35.97
10.80
10.80
10.80
http://www.wdo1.gov/wdol/scafiles/davisbaconIWAl.dvb
1/22/2007
LEVERMAN, HYDRAULIC........$
TENDERMAN. . . . . . . . . . . . . . . . . . $
ZONE B
ASSISTANT ENGINEER.........$
ASSISTANT MATE........... ..$
LEVERMAN, DIPPER,
FLOATING CLAMSHELL....... ..$
LEVERMAN, HYDRAULIC........$
TENDERMAN. . . . . . . . . . . . . . . . . . $
ZONE C
ASSISTANT ENGINEER....... ..$
ASSISTANT MATE...... .......$
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. ........$
LEVERMAN, HYDRAULIC........$
TENDERMAN. . . . . . . . . . . . . . . . . . $
Page 28 of 45
35.97 10.80
32.49 10.80
35.58 10.80 .
31. 57 10.80
37.97 10.80
37.97 10.80
34.49 11.00
36.58 10.80
32.57 10.80
38.97 10.80
38.97 10.80
35.49 10.80
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B - Over 30-50 road miles from Portland City Hall.
ZONE C - Over 50 road miles from Portland City Hall.
*All jobs or projects shall be computed from the city hall by
the shortest route to the geographlcal center of the
project.
----------------------------------------------------------------
IRON0014-005 07/01/2006
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
.
Rates
Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . . . . $ 27.79
14.76
----------------------------------------------------------------
IRON0029-002 07/01/2006
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates
Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . . . . $ 29.64
14.76
----------------------------------------------------------------
IRON0086-002 07/01/2006
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates
Fringes
Ironworker.. ... ........... .... ...$ 28.69
14.76
IRON0086-004 07/01/2006
.
----------------------------------------------------------------
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb
1/22/2007
.
.
.
Page 29 of 45
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates
Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . . . . $ 31.49
14.76
LABOOOOI-002 06/01/2006
ZONE 1:
Rates
Fringes
Laborers:
CALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON,
PACIFIC (NORTH OF STRAIGHT
LINE MADE BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM
COUNTY WEST TO THE PACIFIC
OCEAN), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
GROUP 1.................... $ 19.26
GROUP 2.................... $ 21.58
GROUP 3......... . . . . . . . . . . . $ 26. 26
GROUP 4......... . . . . . . . . . . . $ 26. 74
GROUP 5......... . . . . . . . . . . . $ 27. 10
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS AND YAKIMA
COUNTIES
GROUP 1.................... $ 15.67
GROUP 2......... . . . . . . . . . . . $ 17. 99
GROUP 3......... . . . . . . . . . . . $ 19. 71
GROUP 4.................... $ 20. 19
GROUP 5......... . . . . . . . . . . . $ 20. 55
8.15
8.15
8.15
8.15
8.15
8.15
8.15
8.15
8.15
8.15
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $ .70
ZONE 3 - $1. 00
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb
1/22/2007
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 Ibs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C); Maintenance Person; Materlal Yard
Person; Pot Tender; Rip Rap Person; Riggers; Scale Person;
Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper;
Toolroom Man (at job site); Topper-Tailer; Track Laborer;
Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 Ibs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B); High Scaler;
Jackhammer; Laserbeam Operator; Manhole Builder-Mudman;
Mortarman and Hodcarrier; Nozzleman (concrete pump, green
cutter when using combination of high pressure alr and
water on concrete and rock, sandblast, gunite, shotcrete,
water blaster, vacuum blaster); Pavement Breaker; Pipe
Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not
insert type); Pipe Wrapper; Power Jacks; Railroad Spike
Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper
(over 20 ft); Spreader (concrete); Tamper and Similar
electric, air and glas operated tool; Timber Person-sewer
(lagger shorer and cribber); Track Liner Power; Tugger
Operator; Vibrator; Well Point Laborer
GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman;
Hazardous Waste Worker (Level A) .
----------------------------------------------------------------
LAB00238-004 07/03/2006
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
Rates
Fringes
http://www . wdol. gOY /wdol/ scafiles/ davisbaconIW A 1.dvb
Page 30 of 45
.
.
.
1/22/2007
.
.
.
Page 31 of45
Laborers:
ZONE 1:
GROUP 1.................... $ 18. 71
GROUP 2.................... $ 20.81
GROUP 3.................... $ 21. 08
GROUP 4.................... $ 21.35
GROUP 5.................... $ 21.63
GROUP 6.................... $ 23.00
7.25
7.25
7.25
7.25
7.25
7.25
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumpcrete machine, signaling,
handling the nozzle of squeezcrete or similar machine, 6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material) ;
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is mlnimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumpcrete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolltion Torch;
Dope Pot Firemen, non-mechanical; Driller Tender (when
required to move and position machine); Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (uses a chemical "splash suit" and air purifying
respirator); Jackhammer Operator; Miner, Class "B" (to
http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb
1/22/2007
Page 32 of 45
include brakeman, finisher, vibrator, form setter);
Nozzleman (to include squeeze and flo-crete nozzle);
Nozzleman, water, air or steam; Pavement Breaker (under 90
Ibs.); Pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operator; Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Splker or Puller, dual mobile; Rodder and
Spreader; Tamper (to include operation of Barco, Essex and
similar tampers); Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Llner; Wheelbarrow (power driven)
.
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled); Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit"); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to lnclude mlner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 Ibs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 Ibs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
.
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class "0", (to include raise and shaft miner, laser
beam operator on riases and shafts)
GROUP 6 - Powderman
LAB00238-006 08/01/2006
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN
Rates
Fringes
Hod Carrler.... . . . . . . . . . . . . . . . . . . $ 22.60
7.25
LAB00335-001 06/01/2006
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
.
Rates
Fringes
http://www.wdo1.gov/wdol/scafiles/davisbaconIWA1.dvb
1/22/2007
.
.
.
Page 33 of 45
Laborers:
ZONE 1:
GROUP 1.................... $ 24.99
GROUP 2.................... $ 25.57
GROUP 3.................... $ 26.00
GROUP 4....................$ 26.37
GROUP 5.................... $ 22.56
GROUP 6.................... $ 20.21
GROUP 7.................... $ 17. 11
8.15
8.15
8.15
8.15
8.15
8.15
8.15
Differential (Add to Zone 1 rates):
Zone
Zone 2 $
Zone 3
Zone 4
Zone 5
0.65
1. 15
1. 70
2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrlcal); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight-Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materlals of an
http://www.wdo1.gov/wdol/scafiles/davisbaconIWAl.dvb
1/22/2007
lrritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Pavlng Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring-down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
----------------------------------------------------------------
LAB00335-0l0 06/01/2006
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates
Fringes
Hod Carrier. .... .................$ 26.86
8.15
----------------------------------------------------------------
PAIN0005-002 06/01/2005
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates
Fringes
Painters:
STRIPERS. . . . . . . . . . . . . . . . . . . . $ 23.20
10.20
----------------------------------------------------------------
PAIN0005-004 07/01/2006
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
http://www.wdo1.gov/wdol/scafiles/davisbacon/WAl.dvb
Page 34 of 45
.
.
.
1/2212007
.
.
.
Page 35 of 45
WHAT COM COUNTIES
Rates
Fringes
Painter. . . . . . . . . . . . . . . . . . . . . . . . . . $ 19.46
6.82
* PAIN0005-006 07/01/2006
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE):
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates
Fringes
Painters:
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting, Bridges,
Towers, Tanks, Stacks,
Steeples. . . . . . . . . . . . . . . . . . . . $ 20.84
Over 30'/Swing Stage Work..$ 21.54
Brush, Roller, Striping,
Steam-cleaning and Spray....$ 15.09
Lead Abatement, Asbestos
Abatement. . . . . . . . . . . . . . . . . . . $ 20.84
TV Radio, Electrical
Transmission Towers.........$ 21.59
Over 30'/Swing Stage Work..$ 22.29
6.88
6.88
5.68
6.88
6.88
6.88
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
PAIN0055-002 04/01/2006
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates
Fringes
Painters:
Brush & Roller..............$ 19.03
High work - All work 60
ft. or higher........ .......$ 19.78
Spray and Sandblasting.... ..$ 19.63
6.73
6.73
6.73
PAIN0055-007 06/01/2006
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates
Fringes
Painters:
HIGHWAY & PARKING LOT
http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb
1/2212007
Page 36 of 45
STRIPER.....................$ 26.99
8.05
----------------------------------------------------------------
PLAS0072-004 06/01/2006
.
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTI ES
Rates
Fringes
Cement Mason
ZONE 1:..................... $ 23. 68
7.78
Zone Differentlal (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
----------------------------------------------------------------
PLAS0528-001 06/01/2006
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates
Fringes
Cement Masons:
CEMENT MASON.............. . . $ 30. 69
COMPOSITION, COLOR MASTIC,
TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE.$ 30.94
.
11.57
11.57
----------------------------------------------------------------
PLAS0555-002 06/01/2006
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates
Fringes
Cement Masons:
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$ 26.61
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD............$ 26.10
CEMENT MASONS............. ..$ 25.59
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS...$ 26.10
13.60
13.60
13.60
13.60
Zone Differential (Add To Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
.
http://www.wdo1.gov/wdol/scafiles/davisbaconIWAl.dvb
1/22/2007
.
.
'.
Page 37 of 45
Zone 5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
PLUM0032-002 06/01/2006
CLALLAM, KING AND JEFFERSON COUNTIES
Rates
Fringes
Plumbers and Pipefitters.... .....$ 37.38
17.01
PLUM0032-003 06/01/2006
CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN
(NORTH) COUNTIES
Rates
Fringes
Plumbers and Pipefitters. ........$ 25.88
14.09
PLUM0044-003 06/01/2006
ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN
PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN
COUNTIES
Rates
Fringes
Plumbers and Pipe fitters
ADAMS (NORTHERN PART),
ASOTIN (CLARKSTON ONLY),
FERRY (EASTERN PART),
LINCOLN, PEND ORIELLE AND
STEVENS AND SPOKANE
COUNTIES. . . . . . . . . . . . . . . . . . . . $ 28.96
WHITMAN COUNTY. ........ .....$ 35.06
12.29
12.29
PLUM0082-001 06/01/2006
CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA,
THURSTON AND WAHKIAKUM COUNTIES
Rates
Fringes
Plumbers and Pipefitters.... .....$ 34.27
13.30
http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb
1/2212007
Page 38 of 45
----------------------------------------------------------------
PLOM0265-003 06/01/2006
ISLAND, SKAGIT, SNOHOMISH,SAN JOAN AND WHATCOM COONTIES
.
Rates
Fringes
Plumbers and Pipefitters.........$ 34.27
13.30
----------------------------------------------------------------
PLOM0290-003 10/01/2006
CLARK (ALL EXCLODING NORTHERN TIP INCLODING CITY OF WOODLAND)
Rates
Fringes
Plumbers and Pipefitters.........$ 34.49
15.59
----------------------------------------------------------------
PLOM0598-005 06/01/2006
ADAMS (SOOTHERN PART), ASOTIN (EXCLODING THE CITY OF
CLARKSTON), BENTON, COLOMBIA, DOOGLAS (EASTERN HALF), FERRY
(WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BOT
NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN
(EASTERN), WALLA WALLA AND YAKIMA COONTIES
Rates
Fringes
Plumber. . . . . . . . . . . . . . . . . . . . . . . . . . $ 33.69
17.96
PLOM0631-001 06/01/2006
.
----------------------------------------------------------------
MASON (NE SECTION), AND KITSAP COONTIES
Rates
Fringes
Plumbers and Pipe fitters
All new construction,
additions, and remodeling
of commercial building
projects such as: cocktail
lounges and taverns,
professional buildings,
medical clinics, retail
stores, hotels and motels,
restaurants and fast food
types, gasoline service
stations, and car washes
where the plumbing and
mechanical cost of the
project is less than
$100,000....................$ 26.52
All other work where the
plumbing and mechanical
cost of the project is
$100,000 and over...........$ 33.62
9.66
13.30
TEAM0037-002 11/01/2006
.'
----------------------------------------------------------------
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
http://www.wdo1.gov/wdol/scafiles/davisbaconIWAl.dvb
1/2212007
Page 39 of 45
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
.
Rates
Fringes
Truck drivers:
ZONE 1
GROUP 1.................... $ 23.05
GROUP 2.................... $ 23. 17
GROUP 3.................... $ 23.30
GROUP 4.................... $ 23.56
GROUP 5.................... $ 23. 78
GROUP 6.................... $ 23.94
GROUP 7.................... $ 24. 14
11. 00
11.00
11.00
11.00
11.00
11.00
11.00
Differential (Add to Zone 1 Rates):
Zone
Zone 2 -
Zone 3
Zone 4
Zone 5
$0.65
1.15
1. 70
2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
.
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
http://www.wdol.gov/wdol/scafiles/davisbaconIWAl.dvb
1/2212007
Page 40 of 45
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
.
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self-Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic-WeIder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
lncludes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Tralns or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch ~
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of comblnations
thereof: over 60 cu. yds. and lncluding 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and includlng 100 cu. yds., lncludes Artlculated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
* TEAM0174-001 06/01/2006
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates
Fringes
Truck drivers:
ZONE A:
GROUP 1:................... $ 27.62
GROUP 2:................... $ 27.06
GROUP 3:...................$ 24.66
GROUP 4:................... $ 20.41
GROUP 5:................... $ 27.40
11.98
11. 98
11. 98
11.98
11. 98
.
http://www . wdo1.gov/wdol/scafiles/ davisbaconIW A 1.dvb
1/22/2007
Page 41 of 45
.
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM
EVERETT
SEATTLE
TACOMA
CENTRALIA
SHELTON
PORT ANGELES
PORT TOWNSEND
RAYMOND
ANACORTES
MT. VERNON
ABERDEEN
OLYMPIA
BELLEVUE
KENT
BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
.
GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat OW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capaclty
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transportlng materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired) (when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
.
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb
1/22/2007
Page 42 of 45
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - Thls level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
.
TEAM0760-002 08/31/2006
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates
Fringes
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
FOOTNOTE A BELOW)
ZONE 1:
GROUP 1.................... $ 18.52
GROUP 2.................... $ 20.79
GROUP 3.................... $ 21.29
GROUP 4.................... $ 21.62
GROUP 5.................... $ 21.73
GROUP 6.................... $ 21.90
GROUP 7.................... $ 22.43
GROUP 8.................... $ 22.76
10.35
10.35
10.35
10.35
10.35
10.35
10.35
10.35
.
Zone Differentlal (Add to Zone 1 rate: Zone 2 - $2.00)
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 Ibs.
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
and
GROUP 3: Auto Crane (2000 Ibs. capacity); Buggy Moblle &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 Ibs.); Fuel Truck Driver, Steamcleaner &
.
http://www . wdol. gOY /wdol/ scafiles/ davisbaconIW A l.dvb
1/22/2007
Page 43 of 45
.
Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
.
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GRbup 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-O: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
http://www.wdol.gov/wdol/scafiles/davisbaconIWAl.dvb
1/2212007
Page 44 of 45
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
.
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR5.5 (a) (1) (ii)).
In the listing above, the "SU" designatlon means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
*
an existing published wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a conformance (additional classification and rate) ruling
.
*
*
*
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offlces have responslbllity for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
Wlth regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determlnations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
.
http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb
1/22/2007
.
.
.'
Page 45 of 45
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
----------------------------------------------------------------
----------------------------------------------------------------
END OF GENERAL DECISION
http://www . wdo l.gov /wdo1/ scafiles/ davisbacon/W A 1.dvb
1/22/2007
.
Attachment D.
Request for Information (RFI) and
Construction Change Order (CCO) Forms
.
.
.'
.
.
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME:
PROJECT/CONTRACT NUMBER:
ORIGINATOR:
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION/REQUEST:
DOwner 0 Contractor
DATE REPLY REQUESTED:
CRITICAL TO SCHEDULE: 0 YES 0 NO
ORIGINATOR SIGNATURE:
DATE:
COMMENTS:
RFI Number:
CONTRACT CHANGE ORDER (CCO) NO.
'.
Project Name
Date
Contractor
Project No.
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order:
1. Describe work here
2. Additional work, etc.
Such work will be compensated by: check one or more of the following as applicable [ ] Increase or
[ ] Decrease in bid items; [ ] Force Account; [ ] Negotiated Price:
The described work affects the existing contract items and/or adds and/or deletes bid items as follows:
Item Adj
No. Description RFI# Qty. Unit $ Cost Per Unit $ Cost Net $ Cost Davs
1 Orig.
Rev.
-
2 Oriq.
Rev.
.
ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER THIS
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE CHANGE ORDER
. . . . .
DAYS XX DAYS:YY DAYS: ZZ DAYS XX+ZZ.YY DAYS: YY+ZZ
· Amount with applicable sales tax included
All work, materials and measurements to be In accordance with the provIsIons of the onglnal contract and/or the standard
specifications and special provIsions for the type of construction involved. The payments and/or additional time specified and agreed
to In thiS order Include every claim by the Contractor for any extra payment or extension of time With respect to the work descnbed
herein, Including delays to the overall project.
APPROVED BY: SIGNATURE: DATE:
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE:
.
.
Attachment E.
Contractor's Application for Payment Form
.
.
.
.
CONTRACTOR'S APPLICATION FOR PAYMENT
PROJECT NAME, PROJECT NO. XX-XX
Page 1 of 2
TO: City of Port Angeles DATE:
Public Works & Utilities Department
P.O. Box 1150
Port Angeles, W A 98362
FROM: PAYMENT REQUEST NO.
PERIOD From: to [end of period]:
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount [Excluding Sales Tax] $
2 Approved Change Order No(s). [Exduding Sales Tax] $
3 Adjusted Contract Amount (1+2) $
4 Value of Work Completed to Date [per attached breakdown] $
5 Material Stored on Site [per attached breakdown] $
6 Subtotal (4+5) $
7 8.3% Sales Tax [at 8.3% of subtotal], As Applicable $
8 Less Amount Retained [at 5% of subtotal] $
9 Subtotal (6+7-8) $
10 Total Previously Paid [Deduction] $
11 AMOUNT DUE THIS REQUEST (9-10) $
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and
releases, up through the date hereof, any and all claims for costs or item extensions arising out
of or relating to extra or changed work or delays or acceleration not specifically identified and
reserved in the amounts identified below or previously acknowledged in writing by the City of
Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the
materials supplied through the ending period date noted above represent the actual value of
accomplishment under the terms of the contract (and all authorized changes) between the
Applicant and the City of Port Angeles, relating to the above referenced project, and that the
remaining contract balance is sufficient to cover all costs of completing the work in accordance
with the contract documents.
. Continued on Page 2
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
.
I also certify that all lower-tier payments, less applicable retention, have been made by the
Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all
lower-tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in
connection with the performance of this contract. I further certify that I have complied with all
federal, state and local tax laws, including Social Security laws and Unemployment
Compensation laws and Workmen's Compensation laws, insofar as applicable to the
performance of this work, and have paid all such taxes, premiums and/or assessments arising
out of the performance of the work.
I further certify that, to the best of my knowledge, information and belief, all work for which
previous payment(s) have been received shall be free and clear of liens, claims, security
interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or
other persons or entities making a claim by reason of having provided labor, materials and
equipment relating to the work.
Within seven (7) days of receipt of the payment requested herein, all payments, less applicable
retention, will be made through the period covered by this pay request to all my lower-tier
subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising
out of the performance of all said lower-tire work.
DATED:
.
CONTRACTOR:
SIGNATURE:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this _day of
,20_"
Notary Public in and for the State of
residing at
My appointment expires
APPROVAL:
Project Manager
Date
City Engineer
Date
.
-
~I'O CITY OF PORT ANGELES - CONTINUATION SHEET
A..J,.O,;./.... - ~
() ~
if Payment application No.: 1
\t {fJ PROJECT NAME: Date of application:
~A~~ PROJECT NUMBER: Payment period:
Sheet: C - ofC_
Attach this sheet to your application for payment.
A B C D E F G H I J K
Work Completed ($)
Actual Quantity This Application Total
Item Description of Work Estimated Unit Price Total Completed to Completed and % (J/E)
No. Quantity Date Stored Stored to Date
PrevIous Materials (not (G+H+I)
Application Work In Place in G or H)
$0.00 0 $0.00
SUBTOTAL PW-402.14[01/01] $0.00 $0.00 $0.00
.
Attachment F.
Project Approvals, Permits, and Agreements
.
.
.
WDFW Hydraulic Project Approval
.
.
~ Depart~ent of
~ FISH and
WILDLIFE
...........",....,....._. .,......,"'....."'. .... ..--..-
RCW 77 .55.100 - Appeal pursuant to Chapter 34 05 RCW
48 Devonshire Road
Montesano, WA 98563
(360) 249-4628
Control Number: 101226-1
FPAlPublic Notice #:
.
Issue Date: April 13, 2005
Expiration Date: October 01, 2006
PERMITTEE
City of Port Angeles
ATTENTION: Jim Mahlum
321 East Fifth Street
Port Angeles WA, 98362-0217
360-417 -4701 ( )
Fax: 360-417-4709
AUTHORIZED AGENT OR CONTRACTOR
Project Name:
Project Description:
8th Street Bridges
Two bridges on 8th Street that cross over Valley and Tumwater Creeks will
be replaced.
PROVISIONS
1. Work shall be accomplished per plans and specifications approved by the Washington
Department of Fish and Wildlife entitled, "8th Street Bridge Replacements", except as modified by
this Hydraulic Project Approval. A copy of these plans shall be available on site during
construction.
2. Excavation for and placement of the foundation and superstructure shall be outside the ordinary
high water line.
.
3. Any excavation needed for the installation and/or removal of footings/abutments associated with
any of the bridges, shall be completely separated from the streams. Placement of abutments for
the temporary work bridges shall be landward of the top of the bank. These locations shall be
approved in advance of their installation by the Habitat Biologist listed below or his designee.
Removal of the existing bridge footings, that are located within 25 feet of any stream, shall also be
approved in advance by the Habitat Biologist listed below or his designee.
4. The old and new permanent bridge structures as well as the temporary work bridges, shall be
placed and/or removed in a manner to prevent damage to the streambeds and minimize damage to
stream banks.
5. Mitigation for construction impacts shall consist of large woody material (LWM) placement in the
streams. LWM length shall be no less than two times the bankful width of the stream. LWM
diameter shall be no less than 12 inches in diameter on the cut end. LWM shall preferably have its
rootwad attached and be conifer. A minimum of three pieces of LWM shall be placed in each
stream.
6. The new permanent bridges shall be constructed to pass the 100-year peak flow with
consideration of debris likely to be encountered. The temporary work bridges shall be of sufficient
height to freely pass all flows and debris which may occur while they are in place.
7. At least one end of the temporary bridges or stringers shall be securely anchored.
.
Page 1 of 5
~, Department of
~ FISH and
WILDLIFE
. . I ...,. ", ..__. _ . . .._-............,. ~ .. . ..._.. ._
Issue Date: April 13, 2005
Expiration Date: October 01,2006
48 Devonshire Road
Montesano, WA 98563
(360) 249-4628
Control Number: 101226-1
FPAlPublic Notice #:
.
8. All bridge stringers shall be placed in a manner to minimize damage to the streambeds or banks.
9. Removal of the existing structures shall be accomplished so the structure and associated
material does not enter the stream. Material shall be disposed of so it will not re-enter the stream.
10. The bridge decks shall be cleaned of aggregate or earth materials prior to bridge removal. This
material shall be disposed of so it will not enter the stream.
11. Removal shall be accomplished by mechanical means. This Hydraulic Project Approval does
not authorize blasting.
12. Equipment used for this project may operate below the ordinary high water line, provided the
drive mechanisms (wheels, tracks, tires, etc.) shall not enter or operate below the ordinary high
water line.
13. Equipment used for this project shall be free of external petroleum-based products while
working around the streams. Accumulation of soils or debris shall be removed from the drive
mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below
the ordinary high water line. Equipment shall be checked daily for leaks and any necessary repairs
shall be completed prior to commencing work activities along the streams.
14. Equipment crossings of the stream are not authorized by this HPA.
.
15. All wooden components associated with the temporary work bridges shall not contain creosote
or pentachlorophenol. This shall include pilings, beams, structural supports, and decking.
16. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or
water quality problems develop (including equipment leaks or spills), immediate notification shall be
made to the Washington Department of Ecology at 1-800-258-5990, and to the Area Habitat
Biologist listed below.
17. During all phases of this project, sediment-laden water shall not be allowed to enter the
streams.
18. Erosion control methods shall be used to prevent silt-laden water from entering the stream.
These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds,
check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of
exposed areas. There shall be no sediment laden water allowed to enter any stream as a result of
this project.
19. Wastewater from project activities and water removed from within the work area shall be routed
to an area landward of the ordinary high water line to allow removal of fine sediment and other
contaminants prior to being discharged to the stream.
Page 2 of 5
.
~1\ Depart~ent of
~I FISH and
'C( - WILDLIFE
. . . ~. '\.I ~'""'.....t......, . . ,"'-''''''-'"''''. '" , 1"_.' .-
.
Issue Date: April 13, 2005
Expiration Date: October 01, 2006
48 Devonshire Road
Montesano, WA 98563
(360) 249-4628
Control Number: 101226-1
FP AlPublic Notice #:
20. All waste material such as construction debris, silt, excess dirt or overburden resulting from this
project shall be deposited above the limits of flood water in an approved upland disposal site.
21. If high flow conditions that may cause siltation are encountered during this project, work shall
stop until the flow subsides.
22. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement,
sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed
to enter or leach into the streams.
23. Fresh concrete or concrete by-products shall not be allowed to enter the streams at any time
during this project.
Location #1 8th Street Bridge
PROJECT LOCATIONS
Work Start:04-13-2005 Work End: 10-01-2006
.
WRIA WATERBODY TRIBUTARY TO COUNTY
-
18.0249 Valley Creek Strait Of Juan De Fuca Clallam
1/4 SEC. Section Township: Range: Latitude: Longitude
SE 1/4 04 30 N 06W N 48.11529 W 123.44499
DRIVING DIRECTIONS: Proceed west on 8th Street from Lindon Street to the project site.
Location #2 8th Street Bridge
Work Start:04-13-2005 Work End:10-01-2006
WRIA WATERBODY TRIBUTARY TO COUNTY
-
18.0256 Tumwater Creek Strait Of Juan De Fuca Clallam
1/4 SEC. Section Township: Range: Latitude: Longitude
SE 1/4 04 30 N 06W N 48.11992 W 123.45109
DRIVING DIRECTIONS: Proceed west on 8th Street from Lincoln Street to the project site.
NOTES
APPLY TO ALL HYDRAULIC PROJECT APPROVALS
This Hydraulic Project Approval pertains only to the provisions of the Washington State Fisheries
and Wildlife Code, specifically RCW 77.55 (formerly RCW 75.20). Additional authorization from
other public agencies may be necessary for this project. The person(s) to whom this Hydraulic
Project Approval is issued is responsible for applying for and obtaining any additional authorization
from other public agencies (local, state and/or federal) that may be necessary for this project.
This Hydraulic Project Approval shall be available on the job site at all times and all its provisions
followed by the person(s) to whom this Hydraulic Project Approval is issued and operator(s)
performing the work.
.
Page 3 of 5
'I
~ Depart~ent of
~ FISH and
- WILDLIFE
. I I ....,. " '''''''''_._ . . \.,-,v~......,. , .. . ..._ ... ._
Issue Date: April 13, 2005
Expiration Date: October 01,2006
48 Devonshire Road
Montesano, WA 98563
(360) 249-4628
Control Number: 101226-1
FPAlPublic Notice #:
.
I
!
This Hydraulic Project Approval does not authorize trespass.
The person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the
work may be held liable for any loss or damage to fish life or fish habitat that results from failure to
comply with the provisions of this Hydraulic Project Approval.
Failure to comply with the provisions of thiS Hydraulic Project Approval could result in a civil penalty
of up to one hundred dollars per day or a gross misdemeanor charge, possibly punishable by fine
and/or imprisonment.
All Hydraulic Project Approvals issued pursuant to RCW 77.55.100 or 77.55.200 are subject to
additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines
that new biological or physical information indicates the need for such action. The person(s) to
whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to
appeal such decisions. All Hydraulic Project Approvals issued pursuant to RCW 77.55.110 may be
modified by the Department of Fish and Wildlife due to changed conditions after consultation with
the person(s) to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER, that such
modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW
77.55.170.
APPEALS INFORMATION .
IF YOU WISH TO APPEAL THE ISSUANCE OR DENIAL OF, OR CONDITIONS PROVIDED IN A
HYDRAULIC PROJECT APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL
PROCESSES AVAILABLE
A. INFORMAL APPEALS (WAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT
TO RCW 77.55.100,77.55.110,77.55.140,77.55.190,77.55.200, and 77.55.290: A person who is
aggrieved or adversely affected by the follOWing Department actions may request an informal
review of:
(A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made
part of a Hydraulic Project Approval; or
(B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING
to the Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia,
Washington 98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or
issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. If agreed to
by the aggrieved party, and the aggrieved party is the Hydraulic Project Approval applicant,
resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and
his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project
Approval applicant, the Habitat Environmental Services Division Manager or his/her designee shall
conduct a review and recommend a decision to the Director or his/her designee. If you are not
satisfied with the results of this informal appeal, a formal appeal may be filed.
B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO
RCW 77.55.100 OR 77.55.140: A person who is aggrieved or adversely affected by the following .
Page 4 of 5
~-!\ Depart~ent of
~! FISH and
WILDLIFE
I I I L..II ~V'-I'-' I I ',,",'-'L-\J I I U . I ''''' v, \~
.
Issue Date: April 13, 2005
Expiration Date: October 01, 2006
48 Devonshire Road
Montesano. WA 98563
(360) 249-4628
Control Number: 101226-1
FPA/Public Notice #:
Department actions may request a formal review of:
(A) The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made
part of a Hydraulic Project Approval;
(B) An order imposing civil penalties; or
(C) Any other 'agency action' for which an adjudicative proceeding is required under the
Administrative Procedure Act, Chapter 34.05 RCW.
A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA
Appeals Coordinator, shall be plainly labeled as 'REQUEST FOR FORMAL APPEAL' and shall be
RECEIVED DURING OFFICE HOURS by the Department at 600 Capitol Way North, Olympia,
Washington 98501-1091, within 30-days of the Department action that is being challenged. The
time period for requesting a formal appeal is suspended during consideration of a timely informal
appeal. If there has been an informal appeal, the deadline for requesting a formal appeal shall be
within 30-days of the date of the Department's written decision in response to the informal appeal.
C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.110,
77.55.200, 77.55.230, or 77.55.290: A person who is aggrieved or adversely affected by the denial
or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic
Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in
WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224
Sixth Avenue SE, Building Two - Rowe Six, Lacey, Washington 98504; telephone 360/459-6327.
.
D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L
RCW: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic
Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may
request a formal appeal. The FORMAL APPEAL shall be in accordance with the provisions of
Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL shall be in
WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office,
Environmental and Land Use Hearings Board, 4224 Sixth Avenue SE, Building Two - Rowe Six,
P.O. Box 40903, Lacey, Washington 98504; telephone 360/459-6327.
E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE
OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL, THE
DEPARTMENT ACTION SHALL BE FINAL AND UNAPPEALABLE.
ENFORCEMENT OFFICER: Sergeant Makoviney (31) P2
Tim Rymer 360-457-2719 ~ ~, a.t..~ for Director
Habitat Biologist WDFW
cc:
.
Page 5 of 5
.1
.
U.S. Army Corps of Engineers Nationwide Permit 23 and Modifications
.
.
.
.
.
DEPARTMENT OF THE ARMY
SEATTLE DISTRICT, CORPS OF ENGINEERS
P.O. BOX 3755
SEATTLE, WASHINGTON 98124-3755
r;--.-::--- ."'____
~ ; - ~\ r -~ II(~' r~ p '0.\, i'l =" r:-'\ I
,; \~ i-~ !" r g~ 11 ..~/ ::..~ In\
. i' : j ~ ? ~:-;:7 '.:.:;;..' \J \.1 tl-:.:> In'
" : J . --,-.,.---..-- ...--...., I i
:, "I i : I' II
'i;";!1 JMI - 9 2006 1//111
.,' I . lSJl I
:.' "'I 1.[..1
. ! J
; ------__J
t_~___
J
REPLY TO
ATTENTION OF
Regulatory Branch
JAN - 8 2005
James Mahlum
Port Angeles Public Works and Utilities Department
321 East Fifth Street
Port Angeles, Washington 98362
Reference: 200501213
City of Port Angeles
Dear Mr. Mahlum:
In your letter dated November 15, 2006, you requested a modification to the referenced
Nationwide Permit (NWP) 23 verification issued to you on December 19, 2005. The work
authorized by NWP 23 was to replace two bridges carrying 8th Street across Valley Creek and
Tumwater Creek, in Port Angeles, Washington. As originally proposed, the bridges were to have
a total direct wetland impact of 1176 square feet and about 0.6 acre of temporary, construction-
related wetland impact.
You requested a permit modification to cover bridges of a different design, with a total
direct wetland impact of355 square feet, and 1.47 acre of temporary, construction related
wetland impact attributable to construction access roads going higher up the walls of the two
canyons. Mitigation is essentially unchanged, and still calls for the complete removal of the
construction roads. Mitigation and construction plans were updated in a document entitled
Wetland Mitigation Plan Port Angeles 8th Street Bridge Replacements, dated November 2006.
We have reviewed your modified proposal and hereby verify that NWP 23 still authorizes
this project under current regulations. In order for this NWP authorization to be valid, you must
ensure that the work and mitigation is performed in accordance with the November 2006
mitigation plan.
This verification is valid until NWP 23 is modified, reissued, or revoked. All of the existing
NWPs are scheduled to be modified, reissued, or revoked prior to March 18, 2007 . You should
remain informed ofchariges to the NWPs. We will issue a public notice when the NWPs are
reissued.
If you commence or are under contract to commence this activity before the date that NWP
23 is modified or revoked, you will have 12 months from the date of the modification or
,. '.
-2-
.
revocation ofthe NWP to complete the activity under the present terms and conditions of this
nationwide permit.
All other terms and conditions contained in the original NWP verification remain in full
force and effect. If you have any questions, please contact me at telephone (206) 764-6907 or
via email atlack.kennedv@nws02.usace.army.mil
S pcerely, t
J c ennedy, Project anager
T ansportation Liaiso Team
.
.
~
. (J ere.
.
DEPARTMENT OF THE ARMY
SEATTLE DISTRICT, CORPS OF ENGINEERS
P.O BOX 3755
SEATTLE, WASHINGTON 98124-3755
REPLY TO
ATTENTION OF
Regulatory Branch
r \.
} 1.,J
DEe 19
:.GD~
City of Port Angeles
Public Works and Utilities Department
ATTN: Gary Kenworthy
Post Office Box 1150
Port Angeles, Washington 98362
Reference: 200501213
City of Port Angeles
Dear Colleagues'
. OUf regulatory program utilizes a series of nationwide permits (NWPs) to authorize specific
categories of work that have mmimal impact on the aquatic enVironment when conducted In
accordance with the pennit conditions (Federal Register, January 15,2002, Vol. 67, No. 10).
Based on the mfonnation you prOVided to us. NWP 23, Categorical Exclusions, authorizes your
proposal to replace the 8th Street Bridges across Tumwater Creek and Valley Creek in Port
Angeles, Washington. The work must be performed as depicted on the enclosed drav.-ings.
In order for this NWP authorization to be valid, you must ensure that the work IS perfonned
in accordance with the enclosed NationwIde Permit 23, Terms and Condztions and the following
special conditions we have added to ensure that this project would have no more than a minimal
adverse impact on the aquatic envlrorunent:
a. A status report on the mitigation construction, including as~built drawmgs, must
be submitted to the Corps, Seattle District, Regulatory Branch, l3 months from the date
of permit issuance. Annual status reports on mitigation construction are required until
mitigation construction is complete.
b. The pcnnit1ee shall implement and abide by the mitigation plan entitled Port
Angeles, 8111 Street Bridge Replacements dated January 2005. ~itigatioll monitoring
reports will be due armually for 5 years from the due date of the as-built drawmgs ofllie
mitigation site. All reports must be submitted to the Corps, Seattle District, Regulatory
Branch and must prominently display the reference number 200501213.
.
. .
-2-
.
In order for this NWP authorization to be valid, the Washington State Department of
Ecology (Ecology) must have issued or waived Section 401 Water Quality Certification (WQC)
and concurred with or waived a Coastal Zone Management (CZM) consistency determination
Based on our review of the proposed work, the Corps has detcmlined that the proposed work will
be in compliance wlth Ecology's WQC and CZM consistency determination concurrence
requirements for this NWP. Therefore, no further coordination with Ecology is required.
For this project, the Federal HIghway Admmistration is the Federal lead agency responsible
for compliance wlth Section 7 ofthe Endangered Species Act (ESA), the Magnuson-Stevens
Fishery Conservation and Management Act (MSA), and SectIOn 106 o[the National Historic
Preservation Act. For the purpose of this Department of the Army authorization, the Corps has
determined that this project will comply wlth the requirements of the above laws.
Our verification ofthis NWP is valid for 2 years from the date of this letter unless NWP 23
is modIfied or revoked. All of the existing NWPs arc scheduled to be modified, reissued, or
revoked prior to March 18, 2007. It is incumbent upon you to remain informed of changes to the
NWPs. We win issue a public notice when the NWPs are reissued. Furthermore, If you
connncncc or are under contract to commence this activity before the date that the relevant .
nationwide permit is modified or revoked, you will have twelve (12) months /j'om the date of the
modification or revocation of the NWP to complete the activity under the present tcrms and
conditions 0[thi5 natIOnWide permit.
If this project complies with all terms and conditions of this NWP, you will need no further
authorization from us. However, you must still obtain all State and local permits that apply to
your project Also, we remind you that failure to comply with all terms and conditions ofthl5
NWP verification invalidates your authorization and could result in a violatJOll of Secllon 404 of
the C lean Water Act.
Upon completing the authorized work, please fill out and return the enclosed
Certificate of Compliance with Department of the Army Permlt form to the address indicated on
the fonn. Your signature 00 thIS form is our assurance that the completed work and any required
mitigation was conducted in accordance with the tenns and conditions ofthi5 NWP.
Thank you for your cooperation during the penTIlt process. Your efforts help us protect OUT
oati01l's aquatic resources, including wetlands We are mterested in your thoughts and opinions
concerning your experience with our Regulatory Program and encourage you to complete a
customer service survey form. This form and information about our administrative appeal
process lS available on our webslte at: wv.'w.nws.usacc.army.mil/reg.html
.
.
.
.
'.
-3~
A copy of this letter without enclosure will be furnished to Bemue Chaplin,
Exeltcch Consulting, Inc, 2627-A Parkmotmt Lane, Olympia, Washington 98502 If you have
any questions about this letter or our regulatory program, please contact me at (206) 764-6907or
via crnail at iack.kennedy@nws02.usace.anny.mil
Enclosures
I
j
Sincerel?" /'
, ,I I ,/ 1
~ : ~ / 1
kil F k e.yV'v~Jlv/l
Ja\;kKennedyl1tegulatory prpject Manager
Tr~nsportatiort Liaison Team;
. .
,
_.~
Above, WDOE Shoreline Photo.
Bridges appear at the top.
Right. Existing bridges are in
the red circles.
Below. Artist's rendition of the
Tumwater Creek Bridge.
-~_.-..._----... ----,--
bJJcloSu~ /
.
.
.
1\"\
~
164
-'. "0::
'--
N
,S\
TOWNSHIP Of PORT ANGELES
I
- !,: ',r-I:
ili r ~f!' . -;~. ,;..;\ ;,{
~~ ~~-R'" 5'
){:-- / ' .: Ii ' ..
_/r:'jt TI/'I
~l 1/ ./: r
~ ; ; ~. "
'jM~~lll,~<<~
,."fJ)~
1';/ ,r f" : ......
~', ru'ii, L
_,"'_ _, -.c...1>'ilE>lC_ n
~:i-
, '1
t 11
'--
J.:
"
" ,--'j
--.., .1
- l'
11
:il
,j'
~ ~ .
I:
I:
~,
:!,
. --t(.
,'-
.....1''.
\,
.-':
~--
---
t.POJo.
.- ~r, "
-. ~i~:':" ;1+~' -"-"--j;'~':'::}::;1~'~:':-~'''<_:
,- _ , .,
I 101HWtsr~
1 ' 11 '~-, ,-n-.-__
'$\ I~~~
1-' ,l/MQJ.~~ -I
1\:, I' . :
:.
.'
"
.'
..f.I.Ati.
SC"A.l.l'-.JO-ff
""..
""'l'(]t,
lit I'l{Jil '.l WI'
22</-<1'
~._-
t~EIl 3"
~l
Iii'.:!~~~~ U;HJ
l><i."
$'IfJl:4R
u-b:, Fll!t
_on,. -....~.mY'_<<L9l'm________mn. _____... n
.I2ID!M.
"CRIll ,Q.IDiI:Nf \oEVICAL
ll<AAl ,...
-- .- -_ _______F_. u______u___
.~-.---.-_.._-....-, ----------------.-..-...
------- .......__.___._. ......_....___n__ _._ _.... .._______._ ..'..'._._
ELEVATION
'SCJLE. i-.~JIl~-
.........
Qf:SlGNED-O ~1U'\.~ DAlL"n<<6
Ol'AMt to k.I4 DArr.MI1~
01!aID:. I'CLUlCIJY OA1LlIl9ll~
K. sc.u: &.1 IlIO'1iIl Y ~lC t.~E.
rtlI~~~..4~ ~ ~ _
ALLO~OICS~l"ftU
~s::. D1)o(....,st HOlO
~
POT
49
8TH STREET BRIDGE REPLACEMENTS
TUMWA TER CREEK BRIDGE
PLAN AND ELEVA nON
~r.......~h(o.
:am.~\Lattw
e " e It.. c h =.:='"
~. . ..... . ..... QI filii: JIU51.&tZ5
J'WLlC lias tlQ'MlIKNT
OTY OF PORT ANGElES
3ZI~6'Dl~ P.o.9O)l.rto.
~N<<I.1S,"""__ptlQM!:(:ZN) ~"""'1
'"
, """""-
20.,
6Yld 2 Ir
Vl
W
-'
W
<.!l
:z
<
I-
Q:
o
0-
Il.
o
!!:
:t:
Vl
:z
~
o
I-
,
i-
tal
15
0;:
1:l
10
~
~
10.
~I
~~
lit'""
in
,,'"
~~
!
~
j-
l!iE.
U?
t;;to~
~!l~
,
,~
~~J
~
~ ~ b ~
~
~
~
u ~ tj
"'l: t::l r::.:
~ (i::
~ l!l ~
~ C5 cj
~ ~
Q u ~
&3 >- "'l;
l- l:l <:
t:l -l "'l;
g: ~ it
tn
~
co
.
Z
O\>
i=~
<-
~~
LoJ
.
I
~l
~f
>/;
tl
~,
~i
~!I a i
t tl ~ i ~ ~~
~I~'" ~ ~.~
~I ~ ~ ~ ~ ~ ~
el' .,ld
Z o::a t;;t:"
a w ~ ~ f ~~
5 f:i _ s~
~ 01 . ~ ~ ~~
un~!
~
lI'
~Ii~
~6"
cd
Ie
r.
,
i
1
I ~
I r ~
. I J I
!
i
(
I
,
.
.
,;
'l
;'<"
''.!'
;
"
i.
~
~.
~.
~---
-~
1
~;
...
,y
~'
~
;~~
\.4"
~
Si-
t'
~:
..'
f~:
t
'.
~-
"
e'
~
,
t'
r
'\
(
t
l"
~
~
~.
~:
~
~
~
~
~
'-../
~
,
/
I
/
.'
~~
CJ)DJ
gg. .
~:1
w (I)
fa I
=0
~
(") I
"'"
CD
CJ)
':Jr
, , I
6
;.<>
T'
.I' /"
"
-sir
j. ;;~ :.' ,.
/ .' ""'../ ....,...............
"
..-.... ..........~
f.'
. ..
..,
,
.
.
.
.
50 Feel
I
-.....
'....,
#
I
'"
()
...~ ,....
-'.--
--. --~ ---- --
.
6 tdv5~pJ. 4
.
Photo 0395 Valley Creek
.
Photo 0396 Valley Creek
.
Port Angeles Bridge Replacements permitting Photos
G~d.~
.
Photo 0397 Valley Creek
.
~~'"ltf8~~~
I
I
-1,
Photo 0398 Valley Creek
.
Port Angeles Bridge Replacements Permitting Ph~tos
2
.0
<',,-;: ....
Photo 0399 Valley Creek
Photo 0405 Valley Creek
Port Angelos Bridge Replacemel1ts Permittil1g Photos
3
.
.
.
.
Photo 0415 Tumwater Creek
.
.
Port Angeles Bridge Replacements PermittIng Photos
4
Photo 0426 Tumwater Creek
Port Angeles Bridge Replacements Permitting Photos
5
.
.'
.
.
.
Photo 0427 Tumwater Creek
. .
Photo 0429 Tumwater Creek
.
Port Angeles Bridge Replacements Permitting Photos
6
US Army Corps
of Engineers @
Seallle Di$tnct
NATIONWIDE PERMIT 23
Terms and Conditions
Effective Date: March 18, 2002
.
m
A. Description of Authorized Activities - page 1
B. Corps Regional Specific Conditions for this NWP - page 2
C. EP A, Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP - page 2
D. State WQC Conditions for this NWP - page 2
B. State CZM Consistency Determination Conditions for this NWP - page 3
F. Corps National General Conditions for all NWPs - page 3
G. Corps Regional General Conditions for all NWPs - page 11
H. Additional Limitations on the Use ofNWPs - page 13
1. Further Information - page 13
.
In addition to any special condition that may be required on a case-by-case basis by
the District Engineer, the fonowing terms and conditions must be met, as applicable,
for a Nationwide Permit 23 authorization to be valid in Washington State.
A. DESCRIPTION OF AUTHORIZED ACTIVITIES
Approved Categorical Exclusions. ActlVities undertaken, assisted, authonzed, regulated, funded, or financed, m
whole or in part, by another Federal agency or department where that agency or department has determined,
pursuant to the Council on Environmental Quality Regulation for Implementing the Procedural Provisions of the
National Environmental Policy Act (NEP A)(40 CFR Part 1500 et seq.), that the activity, work, or discharge is
categorically excluded from environmental documentation, because it is included within a category of actions which
neither individually nor cumulatively have a significant effect on the human environment, and the Office of the
Chief of Engineers (A TTN: CECW -OR) has been furnished notice of the agency's or department's application for
the categorical exclusion and concurs With that deternunation. Before approval for purposes of this NWP of any
agency's categorical exclusions, the Chief of Engineers will solicit public comment. In addressing these comments,
the Cluef of Engineers may require certain conditions for authonzation of an agency's categorical exclusions under
this NWP. (Sections 10 and 404)
.
.
.
.
B. CORPS REGIONAL CONDITIONS FOR TillS NWP
The permittee must notlfy the DIStrict Engineer in accordance with General Condition 13 for projects within the
State of Washington.
NOTE: Notification should include a statement/form that the proposed work is categorically exempt. The
statement/fonn must be signed by an official of the Federal agency that has issued the categorical exemption.
C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC
CONDITIONS FOR TIllS NWP
EP A, Puyallup Tribe and Chebalis Tnbe water quality certification (WQc) has been denied without prejudice. An
individual WQC is required for all Section 404 activities.
D. STATE WQC CONDITIONS FOR TillS NWP
State WQC has been partially denied without prejudice for this permit. Written auoroval of the proposed mitigation
plan for the project is required by Ecology for the activities and impacts listed below;
1. Any fill-related impacts to tidal waters or to non-tidal wetlands adjacent to tidal waters.
2. Any lill-related impacts greater than ~ acre.
An mdividual40l certification. in addition to an approved mitigation plan, IS required prior to starting work for the
following:
1. For the activities listed in 1 and 2 above where Ecology determines the mitigation proposed for the project
is insufficient and written approval IS not received;
2. Any project impacting 1 acre or greater of wetlands
NOTE: MitigatIOn plans submitted for Ecology review and approval shall be based on the guidance provided in
Guidelines for Developing Freshwater Wetlands MItigation Plans and Proposals (Ecology Publication 94-29 or as
revised).
For projects proposing mitigation at an Ecology-approved mitigatIon bank, applicants shall provide a copy of the
bank credit withdrawal transaction recorded at the county auditor's office.
An mdividua1401 Certification is required for projects or activities authorized under this NWP if the project/activity
will likely result in any of the following adverse effects:
1. The project or activity will likely cause or contnbute to an exceedance of a State water quality standard
(W AC 173~201A) or sediment quality standard (WAC 173-204). The requirement to obtain an indiVIdual
401 certification shall not apply to projects or activities that are carried out in accordance with the
following permits, approvals, or management practices. These projects are presumed to comply with state
water quality standards including state sediment management standards:
a. Projects or activities where the discharges authorized under thIs NWP are explicitly authorized or
covered by a National Pollutant Discharge Elimination System pennit.
b. Projects, activities or portions of projects or activities designed, constructed and maintaUled in
accordance with the stormwater standards and practIces contained in the most current version of
Ecology's Storrnwater Manual or an Ecology approved eqUIvalent.
2
c. For WSDOT in-water or over-water construction and maintenance activities, an individua1401
certification is Dot required for those projects carried out in compliance with 2 through 4 below and the
Ecology approved Implementing Agreement regarding comphance with the state of Washington Surface
Water Quality Standards.
.
Compliance with this condition will be determined through receipt of a signed statement by the
WSDOT project engineer or maintenance supervisor, guaranteeing that the project will meet the latest
Ecology approved Water Quality Implementing Agreement for work In-Water. This statement shall be
sent to the Corps of Engineers along with the JARP A application.
2. For projects/activities not designed in accordance with either Ecology's stonnwater manual or an Ecology
approved equivalent, or for projects where there is credible site specific information which indicates that the
permits, approvals, or management practices identified above will not be sufficient to meet state water quality
standards, the applicant may provide documentation with the application that the project/activlty will otherwise
comply with state water quality standards. An individual 401 Certification IS required for projects which are
unable to provide documentation that the project/activity will otherwise comply with state water quality
standards.
3. Projects or activities that cause or contnoute to a discharge to a waterbody on the state's list of impaired
waterbodies [i.e., the 303(d) list] and the discharge may result in further exceedances oia specific parameter
the waterbody is listed for. The current list of 303( d)-listed waterboclies is avaIlable on Ecology's web site
athttp://www.ecy.wa.gov/pl.ograms/wql303d1199811998_by_wrias.htmlor by contacting Ecology's Federal
Permits staff.
NOTE: An individual 401 Certification will not be required lithe applicant provides documentation showing that
the project or activity will either not result in a discharge containing the listed parameter or, if present, the parameter
will not contnbute to an increased impainnent of the waterbody.
4. Projects that do not incorporate structures and/or modifications beneficial for fish or Wlldlife habitat (e.g., soil
bioengineering, biotechnical design, rock barbs, etc.).
.
NOTE: An individual 401 certification will not be required if the project/activity is designed and constructed in
accordance to guidelines developed by the Washington State Department ofFish and Wildlife.
E. STATE CZM CONSISTENCY DETERMINATION CONDITIONS FOR
TIDS NWP
-
The Coastal Zone Management (CZM) Consistency Determination has been partially denied without prejudice for
this NWP _ An mdividual eZM Consistency Response must be obtained for projects reqwring individual 401
Certification and located within counties in the coastal zone.
F. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPs
1. Navigation. No activity may cause more than a nnnimal adverse effect on navigation.
2. Proper Maintenance. Any structure or fill authorized shall be properly maintained, including maintenance to
ensure public safety.
3. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and
maintained in effective operating condition during construction, and an exposed soil and other fills, as well as any work
below the ordmary high water mark or high tide line, must be permanently stabilized at the earliest practicable date.
Permittees are encouraged to perfonn work within waters of the United States during periods oflow-flow or no-flow.
.
3
.
4. Aquatic Life Movements. No activity may substantially disrupt the necessary life-cycle movements of those
species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area,
unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low
flow conditions.
5. Equipment Heavy equipment working in wetlands must be placed on mats, or other measures must be taken
to minimize soil disturbance.
6. Regional and Case-Dy-Case Conditions. The activity must comply WIth any regional conditions that may
have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the
Corps or by the state or tribe in its Section 401 Water Quality Certlfication and Coastal Zone Management Act
consistency determination.
7. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River
System; or in a river officially designated by Congress as a "study river" for possible inclusion in the system, while the
river 15 in an official study statuS; unless the appropriate Federal agency, with direct ma.nagement responsibility for
such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River
designation, or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Pederalland
management agency in the area (e.g., Natlonal Park Service, U.S. Forest Service, Bureau of Land Management, U.S.
Fish and Wildlife Service).
8. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to,
reserved water rights and treaty fishing and hunting rights.
9. Water Quality.
.
(a) In certain states and tnballands an mdtvidua1401 Water Quality Certification must be obtained or
waived (See 33 CFR 330.4(c)).
(b) ForNWPs 12, 14, 17, 18,32, 39, 40, 42,43, and 44, where the state ortnbal401 certi.fication(either
genencally or individually) does not require or approve water quality management measures, the permittee must
provide water quahty management measures that will ensure that the authorized work does not result in more than
minimal degradation of water quality (or the Cotps determines that compliance with state or local standards, where
applicable, will ensure no more than minimal adverse effect on water quality). An important component of water
quality maJIllgement includes stormwater management that minimizes degradation of the downstream aquatic system,
including water quality (refer to General Condition 21 for stormwater management requirements). Another important
component of water quality management is the establishment and maintenance of vegetated buffers next to open
waters, including streams (refer to General Condition 19 for vegetated buffer requirements for the NWPs). This
condition is only applicable to projects that bave the potential to affect water quality. Whlle appropriate measures must
------be-taken;-in-mes-t-G-ases-#-i.s-net-neG€\so~ooQuGt-detai1ed-studieS-toidt'ntiry ~lH~h measnre.; OJ' to require
moDitoring.
10. Coastal Zone Management. In certain states, an individual state coastal zone management consistency
concurrence must be obtained or waived (see 33 CFR 330.4(d)).
11. Endangered Species.
(a) No activity is authonzed under any NWP which is likely to jeopardize the continued eXIStence of a
threatened or endangered species or a species proposed for such designation, as identified under the Federal
Endangered Species Act (ESA), or which WIll destroy or adversely modlfy the cntical habitat of such species. Non.
federal pennittees shall notify the District Engineer if any listed species or designated critical habitat might be affected
or is in the vicinity of the project, or is located in the designated critical habitat and shall not begin work on the activity
until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is
authonzed. For activities that may affect Federally-listed endangered or threatened species or designated critical
habitat, the notification must mclude the naroe(s) ofllie endangered or threatened species that may be affected by the
.
4
proposed work or that utilize the designated critical habitat that may be affected by the proposed work. As a result of
fonnal or informal consultation with the FWS or NMFS the District Engineer may add species-specific regional
endangered species conditions to the NWPs.
.
(b) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered
species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a
Biological OpinIon with "incidental take" provisions, etc.) from the USFWS or the NMFS, both lethal and non-lethal
"takes" of protected species are in violation of the ESA. Information on the locatlon of threatened and endangered
specIes and therr critical habitat can be obtained directly from the offices of the USFWS and NMFS or their world wide
web pages at http://wwwfws.govIr9endspp/endspp.html and http://www.nmft.noaa.gov/protJes/overviewles.html
respectively.
12. Historic Properties. No actlvlty which may affect histonc properties listed, or eligfble for listing, in the
National Register of Historic Places is authorized, until the District EngIneer bas comphed with the provisions of33
CPR part 325, Appendix C. The prospective pennittee must notify the Distnct Engineer if the authorized activity may
affect any historic properties listed, determined to be eligible, or which the prospective pennittee has reason to believe
may be eligtble for listing on the National Register of Historic Places, and shall not begin the activity until notified by
the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the
activity is authorized. Information on the location and existence ofmstoric resomces can be obtained from the State
Historic Preservation Office and the National Register of Historic Places (see 33 CFR 330.4(g)). For activities that
may affect historic properties listed in, or eligible for listing in, the National Register of Historic Places, the notification
must state which historic property may be affected by the proposed work or include a vicinity map indicating the
location of the historic property.
13. Notification.
(a) Timing: Where required by the tenns of the NWP, the prospective permittee must notify the District
Engineer with a preconstIUction notification (PeN) as early as possible. The District Engineer must detemune if the
notification is complete within 30 days of the date of receipt and can request additional infonnatioD necessary to make
the PCN complete only once. However, if the prospective permittee does not provide all of the requested information,
then the District Engineer will notify the prospective permittee that the notification is still incomplete and the PCN
review process will not commence until all of the requested information has been received by the District Engineer.
The prospective permittee shall not begin the activity;
.
(1) Until notified in writing by the District Engineer that the activity may proceed under the NWP with
any special conditlons imposed by the District or DIvision Engineer; or
(2) If notified in writing by the District or Division Engineer that an Indlvidual Permit is required; or
(3) Unless 45 days have passed from the District Engineer's receipt of the complete notification and the
prospective permittee has not received written notice from the District or Division Engineer. Subsequently, the
permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the
procedure set forth in 33 CPR 330.5(d)(2).
(b) Contents of Notification: The notification must be in writing and include the following information:
(1) Name, address and telephone numbers of the prospective permittee;
(2) Location of the proposed project;
(3) Brief description ofthe proposed project; the project's pllIpose; direct and indirect adverse
environmental effects the project would cause; any otherNWP(s), Regional General Permit(s), or Individual Permit(s)
used or intended to be used to authorize any part of the proposed project or any related activity. Sketches should be
provided when necessary to show that the activity complies with the tenns of the NWP (Sketches usually clarify the
project and when provided result in a quicker deciSIon.);
.
5
.
.
.
(4) For NWPs 7, 12, 14, 18,21,34,38,39,40,41,42, and 43, the PCN must also include a delineation
of affected special aquatic sites, including wetlands, vegetated shallows (e.g., submerged aquatic vegetation, seagrass
beds), and riftle and pool complexes (see paragraph 13(t));
(5) For NWP 7 (Outfall Structures and Maintenance), the PCN must include information regardIng the
original design capacities and configurations of those areas of the facility where maintenance dredgmg or excavation is
proposed;
(6) For NWP 14 (Linear Transportation Proj ects), the PCN must include a compensatory mitigation
proposal to offset permanent losses of waters of the US and a statement descnbing how temporary losses of waters of
the US will be mini:mi.zed to the maximum extent practicable;
(7) For NWP 21 (Surface Coal Mining ActiVIties), the PCN must include an Office of Surface Mining
(OSM) or state-approved mitigation plan, if applicable. To be authorized by this NWP, the District Engineer must
determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental
effects are minimal both individually and cwnulative1y and must notify the project sponsor of this determination in
writing;
(8) For NWP 27 (Stream and Wetland Restoration Activities), the PCN must include documentation of
the prior condition of the site that will be reverted by the pennittee;
(9) For NWP 29 (Single-Family Housing), the PCN must also include:
(i) Any past use of this NWP by the Individual Permittee andlor the permittee's spouse;
(ii) A statement that the single-family housing activity is for a personal residence of the permittee;
(iii) A description of the entire parcel, including its size, and a delineation of wetlands. For tbe
purpose of this NWP, parcels ofland measuring ll4-acre or less will not require a formal on-site delineation. However,
the applicant shall provide an indication ofwbere the wetlands are and the amount of wetlands that exists on the
property. For parcels greater than 114-acre in size, formal wetland delineation must be prepared in accordance with the
CUlTent method required by the Corps. (See paragraph l3(t));
(iv) A written description of all land (including, ifavailable, legal descriptions) owned by the
prospective pennittee and/or the "prospective permittee's spouse, within a one mile radius of the parcel. in any form of
ownership (including any land owned as a partner, corporation, joint tenant, co-tenant, Of as a tenant-by-the-entirety)
and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed;
(10) For NWP 31 (Maintenance of Existing Flood Control Faciltties). the prospective permittee must
either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year (or less)
maintenance plan. In addition, the PCN must include all of the fonowing:
(i) Sufficient baseline infonnation identifying the approved channel depths and configurations and
existing facilities. Minor deviations are authorized, provided the approved flood control protection or drainage is not
increased;
(ii) A delineation afany affected special aquatic sites, including wetlands; and,
(ill) Location of the dredged material disposal site;
(11) For NWP 33 (Temporary Construction, Access, and Dewatenng), the PCN must also include a
restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources;
(12) For NWPs 39, 43 and 44, the PCN must also include a written statement to the Dlsmct Engineer
explaining how avoidance and minimization for losses of waters of the US were achieved on the project site;
6
(13) For NWP 39 and NWP 42, the PCN must include a compensatory mitigation proposal to offset
losses of waters oftbe US or justification explaining why compensatory mitigation should not be required. For
discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed, to be authorized, the District
Engineer must detennine that the activity complies with the other tenns and conditions of the NWP, deteIDIine adverse
environmental effects are minimal both individually and cumulatively, and waive the limitation on stream impacts in
writing before the permittee may proceed;
.
(14) For NWP 40 (Agricultural Activities), the PCN must include a compensatory mitigation proposal to
offset losses of waters of the US. This NWP does not authorize the relocation of greater than 300 linear-feet of existing
serviceable drainage ditches constructed in non-tidalstreant'i unless, for drainage ditches constructed in intermittent
non-tidal streams, the District Engineer waives this criterion in writing, and the District Engineer bas determined that
the project complies Wlth all terms and conditions of this NWP, and that any adverse impacts of the project on the
aquatic environment are minimal, both individually and cumulatively;
(15) For NWP 43 (Stonnwater Management Facilities), the PCN must include, for the construction of
new stonnwater management facilities, a maintenance plan (in accordance with state and local requirements, if
applicable) and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the
loss of greater than 300 linear feet of an intennittent stream bed, to be authorized, the District Engineer must determine
that the activity complies with the other terms and conditions of the NWP, determine adverse environmental effects are
minimal both individually and cumulatively, and waive the limitation on stream impacts in writing before the pernuttee
may proceed;
(16) For NWP 44 (Mining Activities), the PCN must include a description of all waters of the US
adversely affected by the project, a description of measures taken to minimize adverse effects to waters of the US, a
description ofmeasures taken to comply with the criteria of the NWP, and a reclamation plan (for all aggregate mining
activities m isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining actiVIties);
(17) For activities that may adversely affect Federally-listed endangered or threatened species, the PCN
must include the name(s) of those endangered or threatened species that may be affected by the proposed work or
utilize the designated critical habItat that may be affected by the proposed work; and
.
(18) For activities that may affect historic properties listed in, or eligIble for listing in, the National
Register of Historic Places, the PCN must state which bistoric property may be affected by the proposed work or
include a vicinity map indicating the location of the historic property.
. (c) Form of Notification: The standard Individual Permit application form (Form ENG 4345) maybe used
as the notification but must clearly indlcate that it is a PCN and must include all of the information required in (b) (1)-
(18) of General Condition 13. A letter contaming the requisite information may also be used.
(d) District Engineer's Decision: In reviewing the PCN for the proposed activity, the District Engineer will
determine whether the activity authorized by the NWP will result in more than minImal individual or cumulative
adverse environmental effects or may be contrary to the public interest. The prospective permittee may submit a
proposed mitigation plan with the PCN to expedite the process. The DistrIct Engineer will consider any proposed
compensatory mitigation the apphcant has included in the proposal in determining whether the net adverse
environmental effects to the aquatic environment of the proposed work are minimal. If the District Engineer
detennines that the activity complies with the terms and conditJ.ons of the NWP and that the adverse effects on the
aquatic environment are minimal, after considering mitigation, the District Engineer will notify the permittee and
include any conditions the District Engineer deems necessary. The District Engineer must approve any compensatory
mitigation proposal before the pennittee commences work.. If the prospective permittee is required to submit a
compensatory IllItigation proposal with the PCN, the proposal may be either conceptual or detailed. If the prospective
permittee elects to submit a compensatory mitigation plan with the PCN, the District Engineer will expeditiously
review the proposed compensatory mItigation plan. The District Engineer must review the plan within 45 days of
receiving a complete PCN and determine whether the conceptual or specific proposed mitigation would ensure no more
than minimal adverse effects on the aquatic enviromnent. Iftbe net adverse effects of the project on the aquatic
environment (after consideration of the compensatory mitigation proposal) are determined by the District Engineer to
be minunal, the District Engineer win provide a timely written response to the applicant. The response will s1llte that .
7
.
.
.
the proj eet can proceed under the telUlS and conditions of the NWP. If the District Engineer determines that the
adverse effects of the proposed work are more than minimal, then the District Engineer will notify the applicant either:
(1) That the project does not qualify for authorization under the NWP and instruct the applicant on Ihe procedures to
seek authorization under an Individual Permit; (2) that the project is authorized under the NWP subject to the
applicant's submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the
minimal level; or (3) that the project is authorized under the NWP with specific modifications or conditions. Where the
District Engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the
aquatic environment, the activity will be authorized within the 45-day PCN period. The authorization will include the
necessary conceptual or specific mitigation or a requirement that the applicant subIDlt a mitigation proposal that would
reduce the adverse effects on the aquatic environment to the mmimallevel. When conceptual mitigation is included, or
a mitigation plan is required under item (2) above, no work in waters of the US will occur until the District Engineer
has approved a specific mitigation plan.
(e) Agency Coordination: The District Engineer will consider any comments from Federal and state
agencies concerning the proposed activity's compliance with the tenns and conditions of the NWPs and the need for
mitigation to reduce the project's adverse environmental effects to a minimal level. For activities requiring notification
to the District Engineer that result in the loss ofgreatertban 1/2-acre of waters of the US, the District Engineer will
provide immediately (e.g., via facsinule transmission, overnight mail, or other expeditious manner) a copy to the
appropriate Federal or state offices (USFWS, state natural resource or water quality agency, EP A, State Historic
Preservation Officer (SHPO), and, if appropriate, the NMFS). With the exception ofNWP 37, these agencies will then
have 10 calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that they
intend to provide substantive, site-specific comments. If so contacted by an agency, the District Engineer will wait an
addltionallS calendar days before making a decision on the notification. The District Engineer will fully consider
agency comments received within the specified time frame, but will provide no response to the resource agency, except
as provided below. The District Engineer Wlll indicate in the administrative record associated with each notification
that the resource agencies' concerns were considered. As required by section 305(b)(4)(B) of the Magnuson~StevellS
Fishery Conservation and Management Act, the District Engineer will provide a response to NMFS within 30 days of
receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps
multiple copies ofnotificanons to expedite agency notification.
(f) Wetland Delineations: Wetland delineations must be prepared in accordance with the current method
required by the Corps (For NWP 29 see paragraph (b)(9)(iii) for parcels less than (1/4~acre in size). The permittee may
ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation.
Furthermore, the 45-day period will not start until the wetland debneation has been completed and submitted to the
Corps, where appropriate.
14. Compliance Certification. Every permittee who has received N'NP verification from the Corps will submit
a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by
the Corps with the authorization letter and will include:
(a) A statement that the authorized work was done in accordance with the Corps authorization, including any
general or specific conditions;
(b) A statement that any required mitigation was completed in accordance with the permit conditions; and
(c) The signature of the permittee certifying the completion <lfthe work and mitlgation.
15. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is
prohibited, except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit
of the NWP with the highest specified acreage limit (e.g. if a road crossing over tidal watetS is constructed under
NWP 14, with associated bank stabilization authorized by NWP 13, the maxinmm acreage loss of waters of the US for
the total project cannot exceed 1I3-acre).
16. Water Supply Intakes. No activity, including structures and work in navigable waters of the US or
discharges of dredged or fiU material, may occur in the proximity of a public water supply iDtake except where the
activity is for repa11' of tile public water supply intake structures or adjacent bank stabilization.
8
17. Shellfish Beds. No activity. including stmctures and work in navigable waters of the US or discharges of
dredged or fill material. may occur in areas of concentrated shellfish populations, unless the activity is dJrectly related
to a she1l:fisb harvesting activity authorized by NWP 4.
.
18. Suitable Material. No activity, including structures and work in navigable waters of the US or discharges of
dredged or fill material, may consist of unsuitable material (e.g., trash. debris, car bodtes, asphalt, etc.) and material
used for constructJ.on or discharged must be free from toxic pollutants in toXIC amounts (see section 307 of the CW A).
19. Mitigation. The District Engineer will consider the factors discussed below when determining the
acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment
that are more than minimal.
(a) The project must be designed and constructed to avoid and minimize adverse effects to waters of the US
to the maximum extent practicable at the project site (i_e., on site).
(b) Mitigation in all its forms (avoiding, m;nimi?:ing, rectifying, reducmg or compensating) will be required
to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal.
(e) Compensatory mitigation at a minimum one~for-oDe ratio will be required for all wetland impacts
requiring a PCN I unless the District Engineer determines in writing that some other form of mitigation would be more
environmentally appropriate and provides a project-specific waiver of this requirement. Consistent with National
policy, the District Engineer WIll establish a preference for restoration of wetlands as compensatory mitigation. with
preservation used only in exceptional circumstances.
(d) Compensatory mitigation (i.e., replacement or substitution of aquatic resources for those impacted) will
not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs. For example, 1/4-acre of
wetlands cannot be created to change a 3/4-acre loss of wetlands to a l/2-acre loss associated with NWP 39
verification. However. ll2-acre of created wetlands can be used to reduce the impacts ofa tl2-acre loss ofwet1ands to .
the minimum impact level in order to meet the minimal unpact reqwrement associated with NWPs.
(e) To be practicable, the mitigation must be available and capable of being done considering costs, existing
technology, and logistics in light of the overall project pmposes. Examples of mitigation that may be appropriate and
practicable include, but are not limited to: reducing the size of the project; establishing and maintaining wetland or
upland vegetated buffers to protect open waters such as streams; and replacing losses of aquatic resource functioDS and
values by creating, restoring, enhancing, or preserving similar functions and values, preferably in the same watershed.
(f) Compensatory mitigabon plans for projects in or near streams or other open waters will normally include
a requirement for the establishment, mamtenance, and legal protection (e.g., easements, deed restrictions) of vegetated
---bl:tffers-to tlpea. vtater~~es;-v.egetated-buff~.~vill~compeDSator}uT'itig~tinn T~qllirerl Veeetate.cL._____
buffers should consist of native specIes. The width of the vegetated buffers required will address documented water
quality or aquabc habitat loss concerns. Nonnally, the vegetated buffer will be 25 to 50 feet wide on each side of the
stream, but the District Engineers may require slightly wider vegetated buffers to address documented water quality or
habitat loss concerns. Where both wetlands and open waters eXIst on the project site, the Corps will determine the
appropriate compensatory mitigation (e.g, stream buffers or wedands compensation) based on what is best for the
aquatic enviromnent on a watershed basIS. In cases where vegetated buffers are detennined to be the most appropriate
fonn of compensatory mitigation, the District Engineer may waive or reduce the reqwrement to provide wetland
compensatory mitigation for wetland impacts.
(g) Compensatory mitigation proposals submitted with the "notification" may be either conceptual ar
detailed. If conceptual plans are approved under the verificaban, then the Corps will condition the verification to
require detailed plans be submitted and approved by the Corps prior to constIUction of the authonzed activity m waters
of the US.
(h) Permittees may propose the use ofrnitigation banks, in-lieu fee arrangements or separate activity-specific
compensatory mitigation. In all cases that require compensatory mihgation, the mitigation provisions will specify the
party responsible for accomplishing and/or complymg with the mitIgation plan. .
9
.
.
.
20. Spawning Areas. Activities, including structures and work in navigable waters of the US or discharges of
dredged or fill material. in spawning areas during spaWDing seasons must be avoIded to the maximum extent
practicable. Activities that result in the physical destruction (e.g., excavate, fill, or smother downstream by substantial
turbidtty) of an important spawning area are not authonzed.
21. Management of Water Flows. To the maximum extent practicable, the activity must be designed to
maintain preconstruction downstream flow conditions (e.g., location, capacity, and flow rates). Furthermore, the
activity must not pennanently restrict or impede the passage of normal or expected high flows (unless the primary
purpose of the fill is to unpound waters) and the structure or discharge of dredged or fill material must withstand
expected high flows. The activity must, to the maximum extent practicable, provide for retaining excess flows from the
site, provide for maintainIng surface flow rates from the site sundar to preconstruction conditions, and provide for not
increasing water flows from the project site, relocating water, or redirecting water flow beyond preconstruction
conclitioDS. Stream channelizing will be reduced to the minimal amount necessary, and the activity must, to the
:maximum extent practicable, reduce adverse effects such as floodmg or erosion downstream and upstream of the
project site, unless the activity is part of a larger system designed to manage water flows. In 1IlO8t cases, It will not be a
requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that
have the potential to affect waterf1ows. While appropriate measures must be taken. It is not necessary to conduct
detailed studies to Identify such measures or require monitoring to emure their effectiveness. Normally, the Corps will
defer to state and local authorities regarding management of water flow.
22. Adverse Effects From Impoundments. Iftbe activity creates an impoundment of water, adverse effects to
the aquatic system due to the acceleration of the passage of water, and/or the restricting its flow shall be miDimlzed to
the max.inmm extent practicable. This includes structures and work in navigable waters of the Us. or discharges of
dredged or fill material.
23. Waterfowl Breeding Areas. Activities, including structures and work m navigable waters of the US or
discharges of dredged or fill material, into breeding areas for migratory waterfowl nmst be avoided to the maximum
extent practicable.
24. Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas
returned to their preexisting elevation.
25. Designated Critical Resourc:e Waters. Critical resourc:e waters include, NOAA-designated marine
sanctuaries, National Estuarine Research Reserves, 1\ational Wild and Scenic RIvers, critical habitat for Federally listed
threatened and endangered species, coral reefs, state natural heritage sites, and outstanding national resource waters or
other waters officially designated by a state as having particular environmental or ecological significance and identified
by the District Engmeer after notlce and opportunity for public comment. The District Engineer may also designate
additIonal critical resource waters after notice and opportunity for comment.
(a) Except as noted below, discharges of dredged or tIll material into waters of the US are not authorized by
NWPs 7,12,14,16,17,21,29,31,35,39,40,42,43, and 44 for any activity within, or dJ.rectly affecting, critical
resource waters, including wetlands adjacent to such waters. Discharges of dredged or fill matenals into waters of the
US may be authorized by the above NWPs in NatioDlll Wild and Scenic Rivers if the activity complies with General
Condition 1. Further, such discharges may be authorized in designated critical habitat for Federally listed threatened or
endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in
a detennination of compliance with this condition.
(b) For NWPs 3, 8,10, 13, 15, 18,19,22,23,25,27,28,30,33,34,36,37, and 38, notification is required in
accordance with General Condition 13, for any activity proposed in the designated critical resource waters including
wetlands adjacent to those waters. The District Engineer may authonze activities under these NWPs only after 1t is
determined that the impacts to the critical resource waters will be no more than miniInal.
26. Fills Within 100. Year Flood plains. For purposes of this General Condition, 1 DO-year floodplains will be
identified through the existing Federal Emergency Management Agency's (FEMA) Flood Insurance Rate Maps or
FEMA.approved local floodplain maps.
10
(a) Discharges in Floodplain; Bel~w Headwaters. Discharges of dredged or fill material into waters of the
US within the mapped 100-year floodplain. below headwaters (ie., 5 cfs), resulnng in pennanent above-grade fills, are
not authorized by NWPs 39, 40, 42, 43, and 44.
.
(b) Discharges in Floodway; Above Headwaters. Discharges of dredged or fill material into waters of the US
within the FEMA or locally mapped flood way, resulting In permanent above-grade fills, are not authorized by NWPs
39,40,42, and 44.
(c) The permittee must comply with any applicable FEMA -approved state or local floodplain management
requirements.
27. Construction Period. For actiVIties that have not been venfied by the Corps and the project was commenced
or under contract to commence by the expiration date of the NWP (or mochfication or revocation date), the work must
be completed WIthin 12-months after such date (including any modification that affects the project). For activities that
have been verified and the project was commenced or under contract to commence within the verification period, the
work must be completed by the date detennined by the Corps. For projects that have been verified by the Corps, an
extension of a Corps approved completion date maybe requested. This request must be submitted at least one month
before the previously approved completion date.
G. CORPS REGIONAL GEl\TERAL CONDITIONS FOR ALL NWPs
1. Mature Forested and Bog and Bog~like Wetlands. The use ofNWPs is specifically prolubited in mature
forested wetlands or bog and bog-l1ke wetlands or just these components of a wetland system (as defined in the
Definition section oftbis Public Notice), except for projects provided coverage under the following NWPs:
NWP 3(i,ii) -
NWP- 20
h"WP 32
NWP 38
:!\lWP 40(a) -
MainteIWlCC
Oil Spill Cleanup
Completed Enforcement Actions
Oeanup of Hazardous and Toxic Waste
USDA program participant
.
NOTE: NWP regulations do not allow the regional conditioning ofNWP 40(a).
2. Access. You must allow representatives from this office to inspect the authorized activity at any time deemed
necessary to ensme that it is being, or has been, accomphshed in accordance with the terms and COnditiOns ofyoW"
pemnt
3. Commencement Bay. An m(11vldual penmt IS reqwred1ntlie Col:1li'DCnccrnehTB"ay"Swdy .Are:r{el3SJ\Tfor----------
activities which would have qualified for the following NWPs:
NWP 12 - Utility Lme Activities (substations and access roads)
NWP 13 - Bank Stabilization
NWP 14 - Linear Transportation Crossings
NWP 23 - Approved Categorical Exclusions
NWP 29 - Single-Family Housing
}!'WP 39 - Residential, Commercial, and Institutional Developments
NWP 40 - Agricultural Activities
NWP 41 - Reshaping Existing Dramage Ditches
NWP 42 - Recreational Facilities
NWP 43 - Stormwater Management Facilities
The CBSA is located near the southern end ofPuget Sound's main basin at Tacoma, PIerce County, Waslungton. The
CBSA extends from Brown's POlDt around the bay to POlDt Defiance and includes the conunercial waterways,
wetlands, and any other junsdictional waters. From Point Defiance, the llDe runs southeast to State Route 7 (pacific
.
11
.
.
.
Avenue), then south to the centerline ofI-5; then east (nortbbound lanes) along 1.5 to the Puyallup River. The
boundary extends 200 feet on either side of the Puyallup River southeast to the Clark Creek Road (Melroy) Bridge.
From the Puyallup River, the boundary extends east along 1-5 to 70th Avenue E. The line then returns to Brown's
Point to the northwest, following the l00-foot contour elevation above sea level located east ofHylebos Creek and
Marine View Drive.
4. Mill Creek Special Area Management Plan (SAMP). Within the boundaries of the (SAMP), the following
NWPs can be used only in those areas designated as ''Developable Wetlands":
NWP 14 -
NWP 23 -
NWP 29 -
NWP 33 -
NWP 39 -
NWP 40-
NWP41 -
NWP 42 -
NWP 43 -
Linear Transportation Crossings
Approved Categorical Exclusions
Single-Family Housing
Temporary Construction, Access and Dewatering
Residential, Commercial, and Institutional Developments
Agricultural Activities
Reshaping Existing Drainage Ditches
Recreational Facilities
Stormwater Management Facilities
Until the SAMP is approved, the users of these NWPs listed above (except NWP 40a.) must notify the District
Engineer in accordance with General Condition 13 for any acreage or volume proposed. Once the SAMP is approved,
the "Notification" linuts will be as specified m the individual NWPs.
Mitigation requirements for these projects must either be onsite or within the areas designated as "Preferred Mitigation
SItes". Mitigation plans must comply with the requirements found within the Mill Creek Special Area MBIlagement
Plan, King County, Washington, dated April 2000.
An individual pennit IS required for aU proposals in ''Developable Wetlands" tbat would have qualified for NWPs other
than those listed above.
NWP 27, Stream Restoration and EnhancernentActivitIes, can be used within the SAMP, but, must comply with the
requirements found within the Mill Creek Special.Area Management Plan, King County, Washington.
The Mill Creek SAMP applies to all areas and tnbutaries drained by Mill Creek (Auburn), Mullen Slough, Midway
Creek, Auburn Creek, and the area bounded by 4th Street Northeast in Auburn on the south, and the Ordmary High
Water mark of the Green River on the east and north.
5. Prohibited Work Times fOT Bald Eagle Protection. For compliance with National General Condition 11,
the-fellewiag-€onstro.&oon-acti-vity-prohib-itions-a~pr.otect.ba1d..-eagles,Jistcd 1I~ th"l'llt...n...1i t1nrl~ the EndBn~ed
Species Act:
(a) No construction activity authorized under a NWP shall occur within 1/4 nule of an occupied bald eagle
nest, nocturnal roost site, or WIntering concentration area, within the following seasonal work prohibition times.
(b) No construction activity authorized under a NWP shall occur within 1/2 nule BY IJNE OF SIGIIT of an
occupied bald eagle nest or nocturnal rOost site, within the following seasonal work prohibition times:
Work prohibitIon times:
(1) Nesting between IanuaIy 1 and August 15 each year.
(2) Wintering areas between November 1 and March 31 each year.
ExceptIons to these prolubited work times can be made by request to the Corps and approved by the u.s. Fish and
Wildlife Service (USFWS).
12
. .
~.
Contact the USFWS to determine if a bald eagle nest, nocturnal roost, or wintering concentration occurs near your
proposed project:
.
West of Cascades. Olympia Office- (360) 753-9440
East of Cascades: Ephrata - (509) 754-8580 or Spokane - (509) 893.8002
Mamstem of the Columbia River downstream from McNary Dam: Portland - (503) 231~6179
H. ADDITIONAL LIMITATIONS ON THE USE OF NWPs
1. District EnglDeers have authority to determine if an activity complies with the terms and conditions of an
NWP.
2. NWPs do not obviate the need to obtain other Federal, state, or local permits, approvals, or authorizations
required by law.
3. NWPs do not grant any property rights or exclusive priV11eges.
4. NWPs do not authorize any injury to the property or rights of others.
S. NWPs do not authorize interference with any eXlsting or proposed Federal project.
6. Iffuture operations by the United States require the removal, relocation, or other alteration of the work
herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said
structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, you
will be required, upon due notice from the U. S Anny Corps of Engineers, to remove, relocate, or alter tbe
stIUcturaI work or obstructions caused thereby, without expense to the United States. No claim shall be .
made against the United States on account of any such removal or alteration.
I. FURTHER INFORMATION
Further infonnation about the U.S. Army Corps of Engineers regulatory program, including nationwide permits, may
also be accessed on our Internet page: http://www.nws.usace.army.mil (select "RegulatorylPermics").
.
13
.
Interagency Memorandum of Agreement
.
.
~
r- YJ:.
.
MEMORANDUM OF AGREEMENT
BETWEEN THE FEDERAL HIGHWAY ADMINISTRATION (FHWA),
THE WASHINGTON DEPARTMENT OF TRANSPORTATION (WSDOT),
THE WASHINGTON STATE HISTORIC PRESERVATION OFFICER (SHPO),
AND THE CITY OF PORT ANGELES
PURSUANT TO 36 CFR 800.6(a)
REGARDING THE
PORT ANGELES 8TH STREET BRIDGE REPLACEMENTS PROJECT
PORT ANGELES, WASHINGTON
.
WHEREAS, the Federal Highway Administration (FHWA) has determined that the Port Angeles
8th Street Bridge Replacements Project will have an adverse effect on the Valley Creek Bridge
and Tumwater Creek Bridge, which have been determined eligible for the National Register of
Historic Places, and has consulted with the Washington State Historic Preservation Officer
(SHPO) pursuant to 36 CFR Part 800, regulations implementing Section 106 of the National
Historic Preservation Act (Title 16 USC Section 470(f)); and
WHEREAS, FHWA has consulted with the Washington State Department of Transportation
(WSDOT) and City of Port Angeles regarding the effects of the undertaking on the Valley Creek
Bridge and Tumwater Creek Bridge and has invited them to sign this Memorandum of
Agreement (MOA) as a concurring party; and
WHEREAS, in accordance with 36 CFR Section 800.6(a)(1), FHWA has notified the Advisory
Council on Historic Preservation (Council) of its adverse effect determination with speCified
documentation and the Council has chosen not to participate in the consultation pursuant to 36
CFR Section 800.6(a}(1)(iii);
NOW, THEREFORE, FHWA, SHPO, and WSDOT agree that the undertaking shall be
implemented in accordance with the following stipulations in order to take into account the effect
of the undertaking on Valley Creek Bridge and Tumwater Creek Bridge.
STIPULATIONS
FHWA shall ensure that the following measures be carried out:
1. The Valley Creek Bridge and Tumwater Creek Bridge will be documented prior to their
removal so that there will be a permanent record of their present appearance and
history. The level of documentation shall be determined appropriate in consultation
between the SHPO, the Washington Department of Transportation (WSDOT) and the
City of Port Angeles. Copies of the documentation will be provided to the SHPO.
2. In consultation with the SHPO, the Valley Creek Bridge and Tumwater Creek Bridge
shall be marketed as follows:
a. The City of Port Angeles will prepare an information package containing structure
data, photographs, location map, information on its historic significance,
estimated cost for relocation and requirements regarding relocation,
rehabilitation. and maintenance. The package shall also include the relevant
.
.
section of the Secretary of the Interior's Standards for Rehabilitation and
Guidelines for Rehabilitating Historic Buildings. Respondents expressing an
interest in acquiring the bridges shall be required to submit a relocation and
reuse plan and specifics regarding the new site location.
b. A grant to defray the costs of disassembly and relocation, equal to the estimated
cost of demolition of the bridge shall be offered to any recipient who will agree to
abide by preservation covenants.
c. The Valley Creek Bridge and Tumwater Creek Bridge will be advertised and a
schedule for receiving and reviewing offers will be developed in consultation with
the SHPO. All offers shall be reviewed in consultation with the SHPO.
d. The Valley Creek Bridge and Tumwater Creek Bridge will be offered for
relocation with preference to potential recipients who agree to abide by
preservation covenants as developed in consultation with the SHPO.
3. If applicable, an Agreement to Execute Preservation Covenants shall be signed by the
grantee at the same time that the bridge bill of sale or transfer is executed. Such
agreement will be recorded in the office of the Clerk and Recorder of Clallam County.
The preservation covenant will be executed according to the conditions of the
Agreement to Execute Preservation Covenants. WSDOT or the City of Port Angeles
shall abide by an Interim Maintenance Plan to ensure that the Valley Creek Bridge and
Tumwater Creek Bridge are maintained in satisfactory condition prior to transfer.
. I
i
4. If the Valley Creek Bridge and Tumwater Creek Bridge are relocated, the SHPO shall
reevaluate the property in its new location and make recommendation to the Secretary
of Interior concerning their continued eligibility to the National Register of Historic
Places.
.
5. If there is no acceptable offer that will conform to the requirements of relocation,
rehabilitation, and maintenance. the FHWA with the approval of the SHPO may permit
transfer of all or part of the property without preservation covenants. .
6. If no new owner can be found to relocate the bridges, they shall remain the property of
the City of Port Angeles and may be disposed of or demolished as deemed appropriate
7. In the event of an unanticipated or inadvertent discovery of cultural material during the
project AppendiX A of this document will serve as the guide for the treatment of those
materials (36 CFR 800.13 [a][2J).
DISPUTE RESOLUTION
Should any party to this agreement object at any time to any actions proposed or the manner In
which the terms of this MOA are implemented, FHWA shall consult with the objecting party(ies)
to resolve the objection. If FHW A determines, within 30 days, that such objections cannot be
resolved, FHWA will:
1. Forward all documentation relevant to the dispute to the Council in accordance with 36
CFR Section 800.2(b)(20). Upon receipt of adequate documentation, the Council shall
review and advise FHWA on the resolution of the objection within 30 days. Any
comment provided by the Council, and all comments from the parties to the MOA, will be
taken into account by FHWA in reaching a final decision regarding the dispute.
2
.
.
2. If the Council does not provide comments regarding the dispute within 30 days after
receipt of adequate documentation, FHWA will take into account all comments regarding
the dispute from the parties to the MOA.
3. FHWA's responsibilities to carry out all other actions SUbject to the terms of this MOA
that are not subject of the dispute remain unchanged. FHWA will notify all parties of its
decision in writing before implementing that portion of the Undertaking subject to dispute
under this stipulation. FHWA's decision will be final.
AMENDMENTS, TERMINATION AND NONCOMPLIANCE
If any signatory to this MOA determines that its terms will not or cannot be carried out or that an
amendment to its terms must be made, that party shall immediately consult with the other
parties to develop an amendment to this MOA pursuant to 36 CFR 800.6 (c)(7) and 800.6 (c)(8).
The amendment will be effective on the date a copy is signed by all of the original signatories
and IS filed with the Council. If a MOA is not amended following the consultation set out in
accordance with Dispute Resolution, it may be terminated by any signatory. Within 30 days
following termination, FHWA shall notify the signatories if it will initiate consultation to execute
an MOA with the signatories under 336 CFR 800.6(a)(1) or request the comments of the
Council under 36 CFR 800.7(a) and proceed accordingly.
.
EXECUTION OF AGREEMENT
Execution of this Memorandum of Agreement by FHWA, the Washington SHPO. and WSDOT
and implementation of its terms, serves as evidence that FHWA has afforded the Council an
opportunity to comment on the project and its effects on historic properties, and that FHW A has
taken into account the effects of the undertaking on Valley Creek Bridge and Tumwater Creek
Bridge.
SIGNED:
FEDERAL HIGHWAY ADMINISTRATION
Dan Mathis
DiviSion Administrator
By: ~ ~ Date: 10/'405
WASHINGTON STATE DEPARTMENT OF TRANSPORTATION
Kathleen B. Davis,
Director
HigXts & Local. programs Division
, :rl1~ ,--:-> \'\ '
By: ) I~_ ,\'))--....'0 t J,
Date: \ C,). \ d. .as
WASHINGTON STATE DEPARTMENT OF ARCHAEOLOGY AND HISTORIC
PRESERVATION
Dr. AlIyson Bra
Director
/L
Date: / () / IJ./lo r
By:
.
3
.
APPENDIX 1
PLAN AND PROCEDURES FOR DEALING WITH THE UNANTICIPATED DISCOVERY OF
CULTURAL RESOURCES DURING PORT ANGELES 8TH STREET BRIDGE
REPLACEMENTS PROJECT PORT ANGELES, WASHINGTON
1. INTRODUCTION
Washington State Department of Transportation (WSDOT) is undertaking replacement of the 8th
Street Bridge across Tumwater Creek and Valley Creek in Port Angeles, Clallam County,
Washington. The project will be in part funded by Federal Highway Administration (FHWA)
funds.
In the event that archaeological materials are encountered during Project activities this
document serves as the plan for dealing with any unanticipated discoveries of human skeletal
remains, artifacts, sites, or any other cultural resources eligible for listing in the National
Register of Historic Places (NRHP). This plan is intended to provide guidance to WSDOT
personnel and their contractors so they can:
.
. Comply with any applicable Federal and State laws and regulations, particularly 36 CFR
800 (as amended January 11, 2001) of the regulations that implements Section 106 of
the National Historic Preservation Act of 1966. and seek guidance from Title 27 Revised
Codes of Washington Chapter 27.44 Indian Graves and Records, Chapter 27.53
Archaeological Sites and Resources, and
. Describe to regulatory and review agencies the procedures WSDOT and their agent will
follow to prepare for and deal with unanticipated discoveries, and
. Provide direction and guidance to project personnel the proper procedures to be
followed should an unanticipated discovery occur.
2. PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL MATERIAL
Any human skeletal remains regardless of ethnic origin, which may be discovered during this
project will at all times be treated with dignity and respect. In the event that any human remains
are discovered and they are determined to be of Native American ongin, the affected Native
American Tribe(s).
A. During all operations if any City of Port Angeles employee, any of the City of Port Angeles
contractors or subcontractors believes that he or she has made an unanticipated discovery
of human skeletal remains, all work adjacent to the discovery shall cease. The area of work
stoppage will be adequate to provide for the total security, protection, and Integrity of the
human skeletal remains, in accordance with Washington State Law. No persons other than
the proper law enforcement personnel WSDOT Cultural Resource Staff and the SHPO are
authorized direct access to the discovery location after the area is secured. If the remains
are determined to be of Native American ancestry, tribal access will be allowed when an
.
5
.\
.
affected tribes' representative can be designated. Coordination for tribal member access
must go through the designated Tribal representative. This is to insure the safety of the
remains and the Integrity of the burial area.
B. Representatives of the City of Port Angeles will be responsible for taking appropriate steps
to protect the discovery. At a minimum, the immediate area will be secured to a distance of
thirty (30) feet from the discovery. Vehicles, equipment, and unauthorized personnel Will not
be permitted to traverse the discovery site
C. Following specific guidance in set forth here, The City of Port Angeles will immediately call
the Clallam County Sheriff's office and will insure an individual competent and qualified to
identify human skeletal remains is present. The ethnic origin, or ancestry, of the discovered
human remains will be determined through consultation with the WSDOT Cultural Resource
Staff, SHPO, Clallam County Coroner/Port Angeles Police and the Affected Tribe. The
Sheriff's office may arrange for a representative of the county coroner's office to examine
the discovery and will determine whether it should be treated as a crime scene or as a
human burial of Native American ancestry.
D. If the human skeletal remains are determined to be Native American, the participating
parties will consult to determine what treatment is appropriate for the human remains. At
this point if the Consulting parties warrant, FHWA may assume all authority over the
government-to-government consultation process.
E. If disinterment of Native American human remains becomes necessary, the consulting
parties, which will include the SHPO, FHWA, The affected tribe, and WSDOT. will jointly
determine the final custodian of the human skeletal remains for reinterment.
.
F. The WSDOT and/or the FHWA will make a good faith effort at accommodating requests
from the affected tribe to be present after they are notified of discoveries, and prior to the
implementation of mitigation measures related to human skeletal remains.
6
.
.
3. PROCEDURES FOR THE DISCOVERY OF ARCHAEOLOGICAL RESOURCES
A. If any city of Port Angeles employee, its contractors or subcontractors believes that he or
she has inadvertently uncovered any cultural resource at any point in the project, all work
adjacent to the discovery shall cease. Representatives of WSDOT will be notified. The area
of work stoppage will be adequate to provide for the security, protectton, and integrity of the
archaeological discovery. A cultural resource discovery could be prehistoric or historic and
consist of:
. areas of charcoal or charcoal - stained soil and stones,
. stone tools or waste flakes (Le. an arrowhead, or stone chips),
. bones, burned rocks. or other food remains in association with stone tools or chips,
. or a cluster of tin cans or bottles, logging or agricultural equipment older than 50
years.
.
B. If the City of Port Angeles representative believes that the discovery is a portion of the
existing site. or is of a nature that would change or add to the criteria for which the site has
been determined eligible, the representative will take appropriate steps to protect the
discovery site. At a minimum, the immediate area of the discovery will be secured to a
distance of thirty (30) feet. Vehicles. equipment, and unauthorized personnel will not be
permitted to traverse the discovery site. Work in the immediate area will not resume until
treatment of the discovery has been completed following provisions for treating
archaeological/cultural material as set forth in this agreement.
C. The on site personnel Will contact the WSDOT Project Manager and Cultural Resources
Office to assist in the evaluation of all unanticipated discoveries of cultural resources
potentially eligible for listing in the NRHP that are encountered during construction. The
archaeologist and qualified WSDOT cultural resource specialist/archaeologist will
recommend whether the discovery is eligible for listing in the NRHP. Any discovery deemed
eligible for listing in the NRHP will be assessed and treated according to provisions set forth
in Appendix 1 of this document.
D. The archaeologist will immediately contact the SHPO and WSDOT to seek consultation
regarding the National Register eligibility of any further discovery. IfWSDOT and SHPO
representatives determine that the discovery is an eligible cultural resource, they and the
affected tribe will consult to determine appropriate treatment of it. Treatment measures may
include protection in place or data recovery such as mapping, photography, limited probing
and sample collection, or other activity deemed appropriate through this Memorandum of
Agreement.
.
7
.
4. TREATMENT OF ARCHAEOLOGICAL RESOURCES
Should construction activities related to the 81h Street Bridges Replacement Project cause
disturbance to underground archaeological resources the following document establishes
provisions for the professional archaeological treatment of cultural materials inadvertently
discovered during usual construction activities, including mechanical clearing, grubbing,
scraping, and the removal and replacement of structures in the course of the above named
project.
Provisions of the Archaeological I Cultural Resource Treatment Plan are as
follows:
1. The WSDOT Project manager, or their appointee, will be contacted by the Monitor to
immediately report all unanticipated discovery of cultural resources potentially eligible for
listing in the National Register of Historic Places (NRHP) encountered during construction
to the Regional FHWA Administrator, Megan Hall or her designee, (Administrator) for the
purpose of establishing contact WIth the concerned parties. The Project Manager will
contact Sandie Turner of WSDOT or a member of her staff, and concurrently notify the
Tribe(s) and SHPO of any unanticipated discovery. Construction will be halted within the
immediate area of the discovery and the scene will be protected until the Project Manager
has arranged consultation with WSDOT Cultural Resources Staff, the SHPO and Tribe to
determine the appropriate course of action. The Project Manager may direct construction
away from cultural resources to work in other areas prior to contacting the concerned
parties.
2. The City of Port Angeles will secure the services of a professional archaeologist who, in
cooperation with WSDOT archaeologists. will ensure the proper documentation and
assessment of any discovered cultural resources. Non-intrUSive field documentation of all
human remains will be undertaken immediately. All prehistoric and historic cultural material
discovered during project construction will be recorded by a professional archaeologist on
State of Washington cultural resource site or isolate form using standard techniques. Site
overviews, features, and artifacts will be photographed; stratigraphic profiles and
soil/sediment descriptions will be prepared for subsurface exposures. Discovery locations
will be documented on scaled site plans and site location maps.
.
3. Sites discovered during construction will be assumed eligible under criteria d for inclusion in
the NRHP for the purposes of Section 106 compliance, in accordance with 36 CFR
800.13(c).
4. Routine documentation of newly discovered cultural material should not impact construction
schedules. Where complex or extensive cultural remains are encountered, the project
manager and archaeological personnel will determine the appropriate level of
documentation and treatment of the resource atter consultation with SHPO, WSDOT, and
affected tribal representatives.
5. Where cultural resources are encountered during construction, but additional project effects
to the resources are not anticipated, project construction may continue while
documentation and assessment of the cultural resources proceed. If continued
construction is .likely to cause additional impacts to such resources, project activities within
a radius of 30 feet of the discovery will cease until the archaeological monitor has
documented the site, evaluated its significance, and assessed potential effects to the site
The project directors will decide when construction may continue at the discovery location.
8
.
.
.
.
6. Cultural features, horizons and artifactual remains detected in buried sediments may
require further evaluation using hand-dug test units to clarify aspects of integrity,
stratigraphic context, or feature function. Units may be dug in controlled fashion to expose
features, collect radiocarbon or animal/plant macrofossil samples from undisturbed
contexts, or interpret complex stratigraphy. A test excavation unit or small trench might
also be used to cross-section a feature to determine if an intact occupation surface is
present. Test UOlts will be used only when necessary to gather information on the nature.
extent, and integrity of subsurface cultural deposits to evaluate the site's potential to
address significant research domains. Excavations will be conducted using state-of-the-art
techniques for controlling provenience of recovered remains.
7. Sediments excavated for purposes of cultural resources investigation will be screened
through 1/8-inch mesh. Spatial information, depth of excavation levels, natural and cultural
stratigraphy, presence or absence of cultural material. and depth to sterile soil, regolith, or
bedrock will be recorded for each probe on a standard form. Test excavation units will be
recorded on unit-level forms. which include plan maps for each excavated level, and
material type, number, and vertical provenience (depth below surface and stratum
association where applicable) for all artifacts recovered from the level. Radiocarbon and
macrofossil samples will be taken from intact subsurface features exposed by shovel/auger
probes or test units. A stratigraphic profile will be drawn for at least one wall of each test
excavation unit.
8. All prehistoric and historic artifacts collected from the surface and from probes and
excavation units will be analyzed, catalogued. and temporarily curated. Ultimate
disposition of cultural matenals will be determined in consultation with the SHPO and the
concerned tribes.
9. Within 90 days of concluding fieldwork, a management summary describing any and all
monitoring and resultant archaeological excavations will be provided to the project
manager or the region. The project manager will forward the report to the WSDOT
Cultural Resources Office for review and delivery to SHPO and the affected tribe(s).
If construction activity exposes human remains (burials, or isolated teeth or bones) all
defined procedures outlined, previously in section 2. will be followed.
10.
9
.
Attachment G.
Log of Test Borings
.
.
Project. 8th Street Bridges Replacements Project Surface Elevation: 69.1 ft
. Job Number: 03-070 Top of Casing Elev.: 70.1 ft
Location: Port Angeles, Washington Drilling Method. Rotary/Core
Coordinates: Northing: 417595 76, Easting. 1002736.48 Sampling Method' Rotary/Core
N-Value .A-
D Q) .5 en -
g a. (j) C
Z >- co a.> "0 PL Moisture LL a.>
a.> f- I- .c I . I E
.c Q) - MATERIAL DESCRIPTION
- C. Ci en ..... E ;:)
c. E ~ a.> >- .....
a.> E .c U) ~RQD Recovery ~ (j)
0 ro CIl ..Q - E
U) (f) CO 0
0 0 50 100
Medium dense, mixed brown and gray, Silty SAND with
Gravel: saturated, Sand fine to coarse, well graded, angular,
mainly angular basalt with scattered quartz. Broken texture.
(Mass Wasting Deposits).
R-1
Unit 1
5
9
PT-1 5 GS
5
R-2 -------------------------
Loose, gray With some mixed brown, Poorly-graded SAND
10 with Silt and Gravel: saturated, fine rounded gravel, trace
clay, non-plastic but slightly sticky. Sand fine to medium.
Indistinctly laminated. (Slope Wash/ Alluvium).
3
. PT- 3
4
R-3 Unit 1.
15
32
PT- 15 GS
10
R-4 ~~~d~~~o~d~~~~mi~~GAA~L:--
20 mOist to wet, trace sand, slightly plastic clayey matrix
Gravel rounded, 50% clast supported. Slightly mixed
texture. (Mass Wasting Deposits).
7
PT- 6
r--
0 8
;0
Unit 1.
I-
0
C>
0 R-5
LU
C>
z 25
<<:
"-
~
"-
C>
~ Completion Depth: 41.5ft
~ Date Borehole Started. 4/5/04
~ Date Borehole Completed: 4/5/04
o Logged By. SHE
. ~~UXS"b'":~G OF TEST BORING BH-01-04
o
c> I N COR P 0 RAT E 0
g Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
Remarks: STA 34+78, 16' LT. SPT sampler driven With a 140 lb. safety hammer operated
by a rope and cat-head. Piezometer dry for all readings. Boring location and surface
elevation from survey by others.
Figure A-2
Sheet 1 of 2
ProJect:
Job Number:
Location:
Coordinates.
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing. 417595.76, Easting: 1002736.48
Surface Elevation:
Top of Casing Elev.:
Dnlling Method.
Sampling Method:
ci Q) S l/l
E' c. -
Z l/l 0
'-" >- to Q)
I-
..!!1 -- I- ..c
.s= Q) E
- 0- a. l/l L-
0- E E :: Q) >-
Q) .s= CI)
0 co <1l .Q -
CI) (f) III 0
6
PT- 17
32
R-6
30
11
PT- 28
5015
R-7
35
15
PT- 27
50/6
R-8
40
PT- 50/6
45
t-
o
~
I-
o
g 50
w
Cl
z
...:
a.
-,
a.
Cl
rJJ
Cl
o
...J
o
t-
o
M
o
W
...J
o
~ PanGE~
o
Cl
o
...J
Completion Depth:
Date Borehole Started.
Date Borehole Completed.
Logged By.
Dnlling Company:
MATERIAL DESCRIPTION
Dense, brown with red mottles, Clayey GRAVEL: moist to
wet, trace sand and silt. Matrix medium plastic. Gravel
rounded, of varied lithology. Massive, 50% clast supported
texture. Weathered. (Older Drift) (Contmued)
Unit 5a
Very dense, mixed brown and-oiiVe,- Sandy GRAVEL' mOist
to wet, some non-plastic Silt Gravel fine to coarse, rounded,
mostly volcanics, massive texture. Weathered. (Older
Drift).
Wet, brown and gray, clast supported.
Unit Sa
Bottom of Boring.
Note: Well constructed of Sch 80 PVC, 1 Inch casing Steel
monument has stick-up above ground surface surface of 1 0
foot
69.1 ft
70.1 ft
Rotary/Core
Rotary/Core
N-Value A
PL
I
~RQD
o
Moisture LL
. I
-
c
Q)
E
::J
.....
-
U)
c
Recovery ~
100
>>
41.5ft
4/5/04
4/5/04
SHE
CRUX Subsurface
Remarks' STA 34+78, 16' LT. SPT sampler driven with a 140 Ib safety hammer operated
by a rope and cat-head. Piezometer dry for all readings BOring location and surface
elevation from survey by others.
LOG OF TEST BORING BH-01-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual.
Figure A-2
Sheet 2 of 2
.
PrOject
Job Number'
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 41781649, Easttng: 100232097
Surface Elevation:
Top of Casing Elev :
Drilling Method'
Sampling Method.
82.8ft
82.8ft
Rotary/Core
Rotary/Core
N-Value A
..-.. 0 <11 c: l/l
.-
~ Z 0. l/l (5 PL MOisture LL
'-" ~ <.0 Q)
Q) I- .0 I . I
.c Q) - E MATERIAL DESCRIPTION
.- c.. c.. l/l ....
0- E E 3: Q) >-
Q) .c CJ) ~RQD Recovery ~
0 C\3 lU 0 .-
Cf) en C5 0
0 0 50 100
Soft, dark gray, Organic rich SAND and GRAVEL. saturated, trace silt
and cia .
Hard, gray, Gravelly SILT moist, some clay, slightly plastic, medium
R-1 dilatancy Texture massive to indistinctly laminated (Vashon Till).
PT-1
35
50/6
5
R-2
10
27
33
37
PT-
.
R-3
R-4
15
PT-
27
50/6
R-5
PT 25
20 50/4
- co
Q
S
fo-
0
Cl
0
w
Cl
z 25
~
GS
GS
Unit 4.
Very dense, brown to red brown, Silty SAND with Gravel to Clayey
SILT mOist, medium plastic to non-plastiC, fine bedded (1 to 3 inches)
with deformed contacts!- deeply weathered. (Pre-Vashon Drift)
Unit 5a.
.
.
.
.
.
.
.
.
.
.
Very dense, red brown, well-graded SAND with Silt and Gravel: moist
to wet Gravel rounded, fine to coarse, trace of clay (rhlnd/coatlngs),
dark gray volcaniCS Sand fine to coarse. Some cobbles. Deeply
weathered (Older Gravel or Drift)
Unit 5a
Rusty brown, slightly clayey, coarse sand to coarse gravel
...,
0..
Cl
l3 Completton Depth. 434ft
~ Date Borehole Started 4/6/04
9 Date Borehole Completed. 4/6/04
8 Logged By SHE
. Drilling Company CRUX Subsurface
~ PanGE@ LOG OF TEST BORING BH-02-04
giN COR P 0 RAT E D
g Phone: 206.262.0370
The stratification lines represent approximate boundaries The tranSition may be gradual.
>>
Remarks STA 30+09,28' RT SPT sampler driven With a 140 Ib safety hammer operated
by a rope and cat-head Groundwater level dUring drilling not determined due to mud
rotary drilling method BOring locatIon and surface elevatIon from survey by others.
Figure A-3
Sheet 1 of 2
Project:
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing. 417816.49, Eastlng' 100232097
Surface Elevation:
Top of Casing Elev .
Drilling Method.
Sampling Method.
82.8ft
82.8ft
Rotary/Core
Rotary/Core
.
N-Value A
- ci Q) .!: en
-
E. z a. en (5 PL
>. CD Q)
Q) l- I-- ..0 I
.c 0.. Q) E MATERIAL DESCRIPTION
- c.. en ....
a. E E 3 Q) :>.
Q) .c CJ) ~RQD
0 C\3 III 0 -
CJ) CI) III 0
0
Dense, olive and brown, Clayey SAND' mOist to wet, some silt and
fine rounded gravel, matrix medium plastic Sand fine to coarse
Massive texture, tabular gravel randomly oriented. (Older Drift)
Moisture LL
. I
30
Unit 5a
Recovery ~
100
PT-
9
17
24
Hard, olive brown, SILT (ML)' mOist, some clay, low to medium plastic,
no dilatancy, some fine sand In layers, laminated, occasional gravel
(Older Marine/Lacustrine beds).
PT-
13
30
37/5
GS
35
Unit 5b
PT-
23
50/6
Moist to wet.
.
40
PT-
27
50/5
>:>
45
<D
o
S
....
o
g 50
w
Cl
z
~
-,
a.
Cl
C/)
Cl
o
...J
o
....
'i'
'"
o
W
...J
o
~ PanGE@
o
Cl
o
...J
Completion Depth
Date Borehole Started'
Date Borehole Completed
Logged By.
Drilling Company:
43.4ft
4/6/04
4/6/04
SHE
CRUX Subsurface
Remarks: STA 30+09,28' RT SPT sampler driven with a 140 lb. safety hammer operated
by a rope and cat-head Groundwater level dUring drilling not determined due to mud
rotary drilling method BOring location and surface elevation from survey by others
LOG OF TEST BORING BH-02-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The tranSition may be gradual
Figure A-3
Sheet 2 of 2
Project:
Job Number
Location:
Coordinates'
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing' 418511 91, Easling: 1001351 82
Surface Elevation
Top of Casing Elev :
Dnlllng Method
Sampling Method:
556ft
55.6ft
Rotary/Core
Rotary/Core
C/) N-Value ...
--- ci Q) .5 ....
~ Z c. C/) "0 PL MOisture LL
......... ~ (0 a.>
a.> - I- .c I . I
..c. c.. Q) E MATERIAL DESCRIPTION
- a. C/) ....
a. E E :i: a.> >.
a.> ..c. (j) ~RQD Recovery ~
0 co Cll .Q ....
(/) rJ) OJ 0
0 0 50 100
Very loose, dark gray, Organic nch SAND and GRAVEL' saturated,
trace silt and clay
R-1
Loose, red brown to brown, Silty SAND With Gravel: saturated, trace
clay Sand fine to medium, massive to layered (AllUVium / Slope
Wash)
-1
-'
co
0
!2
f-
e
C!)
0
w
C!)
z
<(
ll.
...,
ll.
C!)
C/)
C!)
0
...J
0
....
0
M
w
a:
0
CD
U.
0
C!)
0
...J
5
3
PT-1 3
2
R-2
10
1
PT- 2 GS
3
R-3
15
3
PT- 3
2
R-4
20
2
PT 2 GS
4
R-5
25
Completion Depth. 469ft
Date Borehole Started: 4/8/04
Date Borehole Completed: 4/8/04
Logged By: SHE
Dnlllng Company. CRUX Subsurface
Unit 1
Remarks ST A 18+17, 22' L T SPT sampler dnven With a 140 lb. safety hammer operated
by a rope and cat-head Groundwater level dunng dnlllng not determined due to mud
rotary dnlling method Boring location and surface elevation from survey by others.
PanGE~
LOG OF TEST BORING BH-03-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stralificatlon lines represent approximate boundanes The transition may be gradual
Figure A-4
Sheet 1 of 2
co
0
s
~
0
- Cl
0
UJ
Cl
z
ct
...,
a..
Cl
en
Cl
0
....J
0
,..
'i'
'"
0
W
....J
0
J:
w
et:
0
co
u.
0
Cl
0
....J
Project:
Job Number:
Location.
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 418511 91, Eastlng: 1001351 82
Surface Elevation:
Top of Casing Elev..
Drilling Method:
Sampling Method
556ft
556ft
Rotary/Core
Rotary/Core
.
N-Value A
- 0 Q) .!: CIl
-
~ Z Q. CIl (5 PL Moisture LL
......... ~ co Q)
Q) I- ..a I . I
.r:. Q) -- E MATERIAL DESCRIPTION
- c.. 0.. CIl '-
c. E E ~ Q) >-
Q) .r:. (/) ~RQD Recovery ~
0 co ctl .Q -
Cf} (J) CD 0
0 50 100
7 Loose, red brown to brown, Silty SAND With Gravel: saturated, trace
PT- 7 clay. Sand fine to medium, massive to layered. (Alluvium / Slope
a ' Wash) (Contmued)
R-6
30
11
PT- a
24
R-7
35
2
PT- 25
46
R-8
40
PT- 12
50/6
R-9
45
PT-
23
50/5
50
Completion Depth.
Date Borehole Started
Date Borehole Completed:
Logged By:
Drilling Company
Dense, rusty brown, Slightly Clayey SAND and GRAVEL' mOist to wet,
matrix medium plastic (sticky) Gravel subrounded, fine to coarse,
sand subangular, fine to coarse, mainly basalt Deeply weathered
(Older Drift).
Unit Sa.
Very dense, brown With rusty bands, SAND. wet, some non-plastiC silt
Sand fine to medium, poorly graded. Laminated, With thin gray clay
lenses (Older Alluvium).
Interbeds of gray clay, brown Silt, thin bedded, with peaty laminae
Unit 5c
Brown, fine to medium sand, clean, occasional fine gravel, thick
bedded (1 to 2 feet)
Clean sand, thick bedded (finer/coarser)
Bottom of BOring.
469ft
4/8/04
4/8/04
SHE
CRUX Subsurface
Remarks. STA 18+17,22' L T SPT sampler driven With a 140 lb. safety hammer operated
by a rope and cat-head Groundwater level dUring drilling not determined due to mud
rotary dnlllng method Bonng location and surface elevation from survey by others.
PanGE@
LOG OF TEST BORING BH-03-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes. The transition may be gradual.
Figure A-4
Sheet 2 of 2
20
PT-
27
40
48
Gravelly sand, massive texture - tabular gravels randomly
oriented
R-4
t-
o
~ R-5
f-
a
<9
o
w
<9
~ 25
0..
PT-
6
11
20
...,
0..
<9
~ Completion Depth: 51.0ft
~ Date Borehole Started 4/9/04
q Date Borehole Completed: 4/9/04
~ Logged By' SHE
':l
_ ~GEQ)UXS"'''":~G OF TEST BORING BH-04-04
o
<9 I N COR P 0 RAT E D
g Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual.
Remarks: STA 13+53, 25' LT. SPT sampler dnven with a 140 Ib safety hammer operated
by a rope and cat-head. Groundwater level dunng drilling not determined due to mud
rotary dnlllng method. Boring location and surface elevation from survey by others.
Figure A-S
Sheet 1 of 3
Project:
Job Number:
Localion'
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 418769 01, Easting. 1000965.08
Surface Elevalion:
Top of Casing Elev..
Dnlling Method'
Sampling Method:
0 Q) .5 III
g .....
Z c- III "0
>- co a>
f-
a> - I- .0
.!:: 0.. Q) III .... E MATERIAL DESCRIPTION
c.. 0..
E E ~ a> >.
a> .!:: C/)
0 ro ro ..Q .....
C/) (/) III 0
R-6
30 10
PT- 18 GS
24
R-7
35 16
PT- 12
19
R-8
PT- 50/3
40
R-9
45 PT-
29
50/6
R-10
I'-
<::>
iO
I-
o
g 50 PT-1
w
(!)
z
<1;
ll.
9
22
30
...,
ll.
(!)
rJ)
(!)
o
-'
<::>
I'-
<::>
M
<::>
w
-'
o
~ PanGE@
o
(!)
o
--'
Completion Depth'
Date Borehole Started'
Date Borehole Completed.
Logged By'
Drilling Company.
Hard, green gray, Sandy SILT: bedded, mOist (to wet In
coarser beds), non-plastic to slightly plastic, rapid dilatancy.
Laminated to thin bedded (1 to 2 Inches), BCN 50 - 100.
(Older Marine/Lacustnne Beds) (Contmued)
Groundwater measured 6/30/04.
Unit 5b.
Fine sand beds, scattered wood chips.
Very dense, dark gray, Sandy GRAVEL: saturated. Gravel
fine to coarse, subrounded, tabular to blocky, mainly
volcanics. Some aligned gravels show BCN - 100. (Older
AllUVium).
Unit 5c.
Some weathered clasts, clay coatings on gravel
Hard, green gray, Silty CLAY: moist, medium plastic, no
dilatancy. Medium bedded with sandy bed at tip, wavy
laminae, small white grains (Older Marine Beds).
Unit 5b.
Bottom of Bonng.
100.0ft
102.9ft
Rotary/Core
Rotary/Core
N-Value ...
PL
I
~RQD
o
Moisture
.
.....
c
a>
E
:J
....
en
c
LL
I
51.0ft
4/9/04
4/9/04
SHE
CRUX Subsurface
Remarks' STA 13+53, 25' LT. SPT sampler dnven with a 140 lb. safety hammer operated
by a rope and cat-head. Groundwater level during dnlling not determined due to mud
rotary drilling method. Boring location and surface elevalion from survey by others.
LOG OF TEST BORING BH-04-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stralification lines represent approximate boundaries. The transition may be gradual.
Figure A-5
Sheet 2 of 3
.
.
...,
a.
C)
fJ)
C)
o
--'
o
....
o
M
o
w
--'
-
o
C)
o
--'
Project:
Job Number.
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' 418769.01, Easting: 1000965.08
Surface Elevation:
Top of Casing Elev.:
Dnlllng Method:
Sampling Method:
100.0ft
102.00
Rotary/Core
Rotary/Core
N-Value .
ci Q) 5 1Il
g 0- W
Z >. <.0 Q) "0
I-
.!: Q) -. I- ..c
0.. Q) E
.- 0. 1Il ...
Q. E E ~ Q) >-
Q) .!: (f)
0 ro co .Q .-
(f) (/) CO 0
PL
I
~RQD
o
c
Q)
E
::l
...
.-
1Il
C
MATERIAL DESCRIPTION
Moisture LL
. I
Recovery ~
50 100
Note: well constructed of Sch 80 PVC, 1 Inch casing. Steel
monument has stick-up above ground surface surface of 2 9
feet.
55
60
65
70
....
o
"'
75
l-
e
(!)
o
w
C)
z
-<:
a.
Completion Depth.
Date Borehole Started:
Date Borehole Completed.
Logged By.
Drilling Company:
51.0ft
4/9/04
4/9/04
SHE
CRUX Subsurface
PanGE~
Remarks: ST A 13+53, 25' LT. SPT sampler driven with a 140 lb. safety hammer operated
by a rope and cat-head. Groundwater level dunng dnlllng not determined due to mud
rotary dnlllng method. Boring location and surface elevation from survey by others.
LOG OF TEST BORING BH-04-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual.
Figure A-5
Sheet 3 of 3
Project:
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 418856.43, Easting: 1000832.28
Surface Elevation
Top of Casing Elev :
Drilling Method:
Sampling Method.
ci Q) 5 lJ)
g -
Z 0- lJ) "0
>- co a>
I-
a> -. I- .0
..c Q)
- a. Ci lJ) .... E
a. E E ~ a> >.
a> ..c (/)
0 ro ro .Q -
(/) (fJ co 0
0
MATERIAL DESCRIPTION
As halt 2 inches.
Loose to medium dense, brown and gray, Silty SAND: moist to wet,
trace day, non-plastic. Sand fine grained, poorly graded, scattered
gravel Some mottles and rusty weathered grains. Massive.
(Recessional Outwash).
1435ft
143.5ft
Rotary/Core
Rotary/Core
N-Value .
PL
I
~RQD
o
MOisture LL
. I
Recovery ~
50 100
5 Unit 2.
1
PT-1 4 GS
6
Very dense, brown, Poorly-graded GRAVEL With Silt and Sand' wet,
matrix medium plastic. Gravel fine to coarse, subangular to
subrounded, blocky. Clast supported, weathered. (Layered Till).
10
Unit4
35
PT- 34 GS Hara:gray-SliiiCLAY :-molst, tracetosome flne to medium-sand. - - -
34
scattered gravel. Medium to high plastic. Massive Scattered rusty
weathered grains. (Till)
15 Very dense, gray to olive brown, Poorly-graded GRAVEL to Sandy
GRAVEL: wet, trace silt and clay In layers, matnx 5% or less. Gravel
PT- 50/6 GS fine to coarse, With cobbles, subangular to subrounded, blocky, some >>
tabular (Glacial Outwash).
R-1
20
r-
o
ili
PT-
34
50/6
I-
Cl
"
o
w
"
~ 25 R-2
a.
...,
a.
"
<J)
"
o
-'
o
r-
o
,;,
o
Completion Depth.
Date Borehole Started'
Date Borehole Completed'
Logged By:
~ Drilling C<;>mpany
~ PanGE~
o
"
o
...J
GS
Unit 3.
~~~M~~~g~W~~ra~dGRA~C~h~Md~~----
(GW-GM): wet. (Glacial Outwash).
>:>
68.5ft
4/11/04
4/11/04
SHE
CRUX Subsurface
Remarks: ST A 11 +94, 25' L T SPT sampler driven With a 140 lb. safety hammer operated
by a rope and cat-head. Groundwater level dunng dnlling not determined due to mud
rotary dnlling method. Bonng location and surface elevation from survey by others.
LOG OF TEST BORING BH-05-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The tranSition may be gradual.
Figure A-6
Sheet 1 of 3
.
Project
Job Number:
Location'
Coordinates'
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 418856.43, Eastlng: 100083228
Surface Elevation:
Top of Casing Elev.:
Dnlling Method:
Sampling Method:
143.5ft
143.5ft
Rotary/Core
Rotary/Core
N-Value ...
ci Q) c: l/l
e- -
Z a. l/l 0 PL MOisture LL
........ >- co (!)
(!) f- r- .0 I . I
..c: i5.. Q) E MATERIAL DESCRIPTION
- Ci. l/l L-
a. E E ~ (!) >.
(!) ..c: (f) ~RQD Recovery ~
0 ltl co .Q -
(f) C/) a:l 0
0 100
Very dense, dark gray Well-graded GRAVEL with Silt and Sand
41 (GW-GM)' wet. (Glacial Outwash) (Continued)
PT- 50/3 Silt and clay coatings on gravel; tabular gravel layered, BCN - (1'.
45
R-6
Unit Sa
30 R-3
Hard, dark gray, Silty CLAY to Clayey SILT: mOist to wet (silt beds),
non-plastic to medium plastic, rapid to no dilatancy. Laminated and
11 medium bedded (6 - 12 inches) BCN - 00. (Older Marine Beds).
PT- 28 >:>
50/5
35 R-4 Unit 5b.
. 15 Abundant black and brown woody and reedy organics, along and
PT- 27 transverse bedding
50/6
40 R-5
Very dense, red brown, Sandy GRAVEL to Gravelly SAND: wet, trace
Silt and clay in coatings and matrix. Gravel and sand fine to coarse,
well graded. Gravel rounded, blocky to tabular; sand sub rounded
PT- 50/6 Layered. Deeply weathered (Older Dnft).
...,
a.
l?
en
l?
o
...J
o
....
'7
0)
o
W
...J
o
.!
"-
o
l?
o
...J
PT-
38
50/3
....
o
~
f-
a
g 50
w
l?
z
<(
a.
R-7
Completion Depth
Date Borehole Started:
Date Borehole Completed:
Logged By
Dnlllng Company'
68.5ft
4/11/04
4/11/04
SHE
CRUX Subsurface
Remarks: ST A 11 +94, 25' LT. SPT sampler driven with a 140 lb. safety hammer operated
by a rope and cat-head. Groundwater level dunng drilling not determined due to mud
rotary dnlllng method. Bonng location and surface elevation from survey by others.
PanGE~
LOG OF TEST BORING BH-05-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual.
Figure A-6
Sheet 2 of 3
Project:
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 418856.43, Easting: 100083228
Surface Elevation:
Top of Casing Elev..
Dnlling Method:
Sampling Method:
143.5ft
143.5ft
Rotary/Core
Rotary/Core
N-Value ...
0 Q) 5 1Il
42' ....
z c.. 1Il (5
....... >- CD Q)
Q) l- I-- ..c
.J::. a. Q) E
.... c.. 1Il L-
a. E E 3: Q) >-
Q) .J::. C/)
0 ro <U 0 ....
en (f) CO 0
5
PT-1 13
22
55 R-8
PT-1 50/6
MATERIAL DESCRIPTION
PL
I
~RQD
o
MOisture
.
LL
I
Unit 5.
>>
Stiff to hard, dark brown grading to blue gray, Silty CLAY: moist,
medium to highly plastic, organic at top, massive with indistinct wavy
laminae. (Older Manne Bed). (Contmued)
____________~m~~____________
Very dense, red brown, SAND' moist, some rounded gravel to
gravelly, trace silt. Massive, deeply weathered. (Older Gravel).
60
R-9
PT-1
50/6
65 R-10
Very dense, dark olive gray, SAND and SILT. mOist, trace clay. Sand
fine to medium, poorly graded, subangular, mixed volcanics and
quartz, clean beds. Medium bedded and laminated, BCN - 00,
occasional brown (organic?) band. (Manne Bed).
>>
PT-1
24
37
50/6
Bottom of Bonng.
70
....
Q
~
75
t-
o
C.9
o
w
C.9
z
<(
ll.
a:
C.9
en
C.9
o
...J
o
....
o
,I,
o
w
<:)
I PanGE@
o
C.9
o
...J
Completion Depth:
Date Borehole Started.
Date Borehole Completed:
Logged By:
Drilling Company:
685ft
4/11/04
4/11/04
SHE
CRUX Subsurface
Remarks: ST A 11 +94, 25' LT. SPT sampler driven With a 140 lb. safety hammer operated
by a rope and cat-head. Groundwater level during dnlling not determined due to mud
rotary drilling method. Bonng location and surface elevation from survey by others.
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual.
Figure A-6
Sheet 3 of 3
LOG OF TEST BORING BH-05-04
PrOject
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' 418382 95, Easting: 100146754
Surface Elevation
Top of Casing Elev
Drilling Method
Sampling Method:
143 8ft
1438ft
Rotary/Core
Rotary/Core
N-Value A
- ci CD c: C/)
-
~ Z c. C/) (5
?:: CD Q)
Q) I- .0
.s:: CD ""- E
- 0.. Q. C/) ....
e. E E ~ Q) >.
Q) .s:: en
0 ell ro .Q -
en en CO 0
0
PL
I
~RQD
o
MATERIAL DESCRIPTION
Moisture LL
. I
-
c:
Q)
E
::l
....
-
C/)
c:
Recovery ~
50 100
Loose, brown, Sandy GRAVEL saturated, some silt. Gravel
fine, poorly graded, rounded. (Recessional Outwash).
5 3 Unit2
PT-1 4
.0
4
Very dense, brown, Gravelly SAND: mOist to saturated,
trace slit, occasional light gray clay seams. Sand fine to
coarse, well graded with poorly graded beds, gravel layers
Fine bedded to massive, BCN 00 _50
(Glacial Outwash)
10 26
PT- 27
33
Unit 3.
15
Fine to coarse gravel bed
PT-
45
50/6
R-1
R-2
20
CD
52
8 PT
I-
o
Cl
o
w
Cl
~ 25 R-3
Well graded gravelly sand, layered, sand subangular
volcaniCS and quartz
13
30
39
-,
Cl.
Cl
C/)
Cl
o
...J
o
....
9
M
o
Completion Depth'
Date Borehole Started
Date Borehole Completed.
Logged By.
Drilling Company:
~ PanGE~
o
Cl
o
...J
785ft
4/11/04
4/12/04
SHE
CRUX Subsurface
Remarks: STA 19+85, 23' LT. SPT sampler driven with a 140 Ib safety hammer operated
by a rope and cat-head Groundwater level during drilling not determined due to mud
rotary drilling method. BOring location and surface elevation from survey by others
LOG OF TEST BORING BH-06-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
Figure A-7
Sheet 1 of 4
Project.
Job Number.
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 418382 95, Eastlng. 100146754
Surface Elevation.
Top of Casing Elev..
Dnlling Method'
Sampling Method:
1438ft
1438ft
Rotary/Core
Rotary/Core
N-Value ...
.
- 0 Q) c II)
-
4== Z a. II) PL Moisture LL
- ~ co Q) 0
Q) I- .0 I . I
.r:. Ql -- E MATERIAL DESCRIPTION
- a. a. II) ~
Co E E == Q) >-
Q) .r:. CJ) ~RQD Recovery ~
0 co 11l .Q -
(f) II) a:l 0
0 50 100
Very dense, brown, Gravelly SAND' mOist to saturated,
35 trace silt, occasional light gray clay seams. Sand fine to
PT- coarse, well graded with poorly graded beds, gravel layers
50/2 Fine bedded to maSSive, BCN 00 _50. (Continued)
MOist to saturated
30 R-4
-')
,
co
0
- S
,
b
(!)
0
UJ
(!)
Z
-0:
Q.
-,
Q.
(!)
en
(!)
0
...J
0
....
0
M
0
UJ
...J
0
J:
UJ
IX:
0
lD
U.
0
(!)
0
...J
32 Laminated, BCN - 220
PT- 41
22 Hard, brown, slightly Clayey SILT. mOist, some fine sand,
slightly plastic Upper contact sharp, 350 Grades Into sand
@~~~~-------------------- /
35 Very dense, brown, Silty SAND' mOist, trace gravel, cobbles.
R-5 Sand gap graded (fine and coarse) to well graded Layered,
laminated In layers, With scattered rusty laminae (Vashon
TIII- Possibly Marine)
PT- 38 Well graded sand, trace clay, laminated.
50/2
40
R-6
Unit 4
PT-
50/5
Gray, well graded Silty sand, some clay (slightly sticky)
occasional possible shell fragment, mOist to wet
45
R-7
PT-
41
50/6
Very dense, red to orange brown, Sandy GRAVEL. mOist,
some Silt. Well graded. Gravel subrounded, blocky, With
clayey coatings, massive. Deeply weathered (Older
Gravel)
50 R-8
Unit 5a
-
c
Q)
E
:J
~
-
II)
c
Completion Depth'
Date Borehole Started
Date Borehole Completed.
Logged By
Drilling Company
78.5ft
4/11/04
4/12/04
SHE
CRUX Subsurface
Remarks. ST A 19+85, 23' L T SPT sampler driven with a 140 lb. safety hammer operated
by a rope and cat-head Groundwater level dUring drilling not determined due to mud
rotary drilling method BOring location and surface elevation from survey by others.
PanGE~
LOG OF TEST BORING BH-06-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines' represent approximate boundaries. The transition may be gradual
Figure A-7
Sheet 2 of 4
ProJect:
Job Number:
Location:
Coordinates'
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' 418382 95, Eastlng. 1001467.54
Surface Elevation
Top of Casing Elev.:
Drilling Method
Sampling Method.
..-.. ci Ql .~ III
....
4: Z Co III (5
- ~ to Q)
Q) - I- .0
.c c.. Ql '- E
.... c.. III
a. E E ~ Q) >.
Q) .c (f)
0 ro III 0 ....
CI) C/J m 0
28
PT-1 28
39
55 R-9
PT-1 43
50/3
60 R-10
43
PT-1 43
50/4
65 R-11
PT-1 5015
70 R-12
PT-1
47
26
23
<0
Q
S
I- 75 R-13
o
(9
o
UJ
(9
Z
<(
Cl.
24
17
...,
Cl.
(9
Ul
(9
o
...J
o
....
e;>
<"l
PT-1
Completion Depth'
Date Borehole Started:
Date Borehole Completed:
Logged By:
Dnlllng Company:
~ PanGE@
o
(9
o
...J
MATERIAL DESCRIPTION
Hard, gray brown, Silty CLAY mOist, medium plastic, slow
dilatancy, some fine to medium sand, scattered gravel.
Laminated with low BCN, high angle sand seams Rusty
weathered grains and bands (Older AllUVium/Manne).
__________~mU~__________~
Very dense, dark brown, SAND' wet to saturated, trace Silt,
scattered gravel Sand medium to coarse Gravel rounded,
mainly basalt Thin bedded, BCN 00 - 50. (Older
AllUVium)
Unit 5c.
Very dense, dark red brown, very Gravelly SAND wet, well
graded With cobbles, deeply weathered. (Older Gravel).
Unit 5a
Very dense, brown, SAND: mOist to wet, trace gravel. Sand
clean, fine to medium, poorly graded Gravel rounded, platy
Laminated, BCN - 00 (Older Alluvium).
__________~mU~__________
Very dense, brown, SAND and GRAVEL' wet, some
cobbles. Sand and gravel well graded, clean, with some
layers haVing clay coatings, rounded (Older AllUVium).
Unit 5c
Hard, dark gray, Silty CLAY: mOist, medium to high plastic,
occasional gravel, pOSSible organics, laminated (Older
Marine Clay)
Groundwater measured 6/30/04.
Unit 5b
Red brown, fine sand, poorly graded, laminated, BCN - 00.
143 8ft
143.8ft
Rotary/Core
Rotary/Core
N-Value A
PL
I
~RQD
o
....
c
Q)
E
:J
'-
....
III
C
MOisture
.
LL
I
>>
78.5ft
4/11/04
4/12/04
SHE
CRUX Subsurface
Remarks ST A 19+85, 23' L T SPT sampler dnven With a 140 Ib safety hammer operated
by a rope and cat-head. Groundwater level dunng drilling not determined due to mud
rotary dnlling method Bonng location and surface elevation from survey by others.
LOG OF TEST BORING BH-06-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transItion may be gradual
Figure A-7
Sheet 3 of 4
Project:
Job Number:
Location:
Coordinates
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing. 418382.95, Eastlng' 1001467.54
4:? 0 Q) .~
Z a.
.......- ~ <0
.s::. Q) Ql --
+-' 0.. c. CIl
0. E E =:
Q)
0 ctl l'Il 0
en CIl CO
2S ~~
80
--,
"
<0
Q
~
t-
o
t')
0
UJ
t')
z
a:
...,
a.
t')
CJl
t')
0
...J
0
.....
9
'"
0
UJ
...J
0
I
UJ
0:
0
ro
LL
0
t')
0
...J
85
90
95
100
Completion Depth
Date Borehole Started:
Date Borehole Completed
Logged By.
Dnlllng Company'
PanGE~
CIl
+-'
CIl
Q)
I-
(5
..0
E
>.
en
MATERIAL DESCRIPTION
....
Q)
.s::.
<5
&"//fi
Surface Elevation
Top of Casing Elev:
Drilling Method'
Sampling Method
Bottom of Boring
Note' well constructed of Sch 80 PVC. 1 Inch casing. Steel
monument flush with ground surface
78.5ft
4/11/04
4/12/04
SHE
CRUX Subsurface
1438ft
1438ft
Rotary/Core
Rotary/Core
N-Value ...
PL
I
~RQD
o
MOisture LL
. I
.
+-'
c:
Q)
E
::l
....
+-'
CIl
c:
.
Remarks ST A 19+85, 23' L T SPT sampler driven with a 140 lb. safety hammer operated
by a rope and cat-head Groundwater level dunng dnlling not determined due to mud
rotary dnlling method. Bonng location and surface elevation from survey by others
Recovery ~
50 100
LOG OF TEST BORING BH-06-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratIfication lines represent approximate boundanes The transItion may be gradual
---
Figure A-7
Sheet 4 of 4
.
.
...,
!l.
"
(fJ
"
o
...J
o
r--
9
'"
o
W
...J
o
I
.~
o
"
9
Project
Job Number:
Location:
Coordinates'
g ci Q) ~
Z c.
>- to
..!!:! I-
..s::: Q)
..... c.. 0. In
c.. E E s:
Q)
0 ro ro .Q
Cf) CI) CO
0
5
PT-1
10
PT-
15
PT-
R-1
20
r--
~ PT-
t-
o
"
o
w
"
~ 25 R-2
!l.
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 417901 99, Eastlng: 1002192 32
Surface Elevation:
Top of Casing Elev..
Drilling Method:
Sampling Method'
143.8ft
143 8ft
Rotary/Core
Rotary/Core
N-Value .
In .....
Ui 0 PL MOisture LL c:
Q) Q)
I- .0 I . I E
L.. E MATERIAL DESCRIPTION ::l
Q) >- L..
.....
..s::: Cf) ~RQD Recovery ~ In
..... c:
0
0 50 100
/> " Concrete 4 inches.
Medium dense, brown, Poorly-graded SAND with Silt and
Gravel: wet to saturated Sand fine to coarse, rounded to
subrounded. Gravel fine to coarse, rounded, blocky.
Layered, BCN - 00. (Recessional Outwash).
Unit 2.
GS
5
7
8
20
50/5
Very dense, olive brown to brown, Poorly-graded SAND with
Silt and Gravel to Poorly-graded GRAVEL with Sand and
Silt: wet to saturated Some cobbles. Gravel rounded,
blocky; sand subrounded to rounded Medium to thick
bedded. (GlaCial Outwash).
Unit 3.
16
26
36
GS
23
50/3
Varied lithology, Including gramtics.
Completion Depth:
Date Borehole Started:
Date Borehole Completed:
Logged By:
Dnlling Company'
65.6ft
4/13/04
4/14/04
SHE
CRUX Subsurface
Remarks: STA 28+54,27' RT. SPT sampler driven With a 140 lb. safety hammer operated
by a rope and cat-head. Groundwater level during drilling not determined due to mud
rotary drilling method. Boring location and surface elevation from survey by others.
PanGE@
LOG OF TEST BORING BH-07 -04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transItion may be gradual
Figure A-a
Sheet 1 of 3
Project:
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 417901.99, Easting. 1002192 32
Surface Elevation.
Top of Casing Elev.:
Drilling Method'
Sampling Method:
0 <Il .!: If)
g -
Z a. If) 0
co Q)
~ I- .0
.c: E
- a. If) ....
e. E 3: Q) >-
Q) .c: en
0 co ..Q -
en CO 0
26
45
50/6
30 R-3
24
PT- 45
48
35 R-4
15
PT- 35
50/6
40 R-5
PT- 20
50/5
45 R-6
PT-
27
48
43
r--
e
'"
f-
o
~ 50
w
<!l
z
<>::
Q,
...,
Q,
<!l
Ul
<!l
o
...J
o
r--
o
M
o
W
...J
o
~ PanGE~
o
<!l
o
...J
R-7
Completion Depth:
Date Borehole Started'
Date Borehole Completed'
Logged By:
Dnlllng Company:
MATERIAL DESCRIPTION
Very dense, olive brown to brown, Poorly-graded SAND with
Silt and Gravel to Poorly-graded GRAVEL with Sand and
Silt wet to saturated. Some cobbles. Gravel rounded,
blocky, sand subrounded to rounded. Medium to thick
bedded. (Glacial Outwash) (Continued)
Well graded and poorly graded beds, medium (2 to 3 Inch)
beds, occasional yellow silt laminae
Groundwater measured 5/5/04
Laminated and fine bedded, BCN - 00, granitic lithology.
Groundwater measured 6/30/04.
Fine to medium bedded, well and poorly graded beds, one
dark red brown clayey silt bed (3/4 inch), weathered clast.
Unit 3.
Fine to medium sand, layered, BCN on tabular gravels -
300
Interbedded sand and gravel.
Very dense, brown, Silty SAND to Sandy SILT mOist,
scattered gravel, rusty laminae or bands at 300 (Vashon
Till).
Unit 4.
143.8ft
143.8ft
Rotary/Core
Rotary/Core
N-Value ~
PL
I
~RQD
o
Moisture LL
. I
-
c:
Q)
E
:J
....
ii)
c:
Recovery ~
100
>>
65.6ft
4/13/04
4/14/04
SHE
CRUX Subsurface
Remarks: STA 28+54,27' RT. SPT sampler driven with a 140 lb. safety hammer operated
by a rope and cat-head. Groundwater level dunng dnlling not determined due to mud
rotary drilling method BOring location and surface elevation from survey by others.
LOG OF TEST BORING BH-07 -04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual.
Figure A-8
Sheet 2 of 3
.
.
Project:
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: 417901.99, Eastlng: 1002192.32
Surface Elevation'
Top of Casing Elev.:
Drilling Method:
Sampling Method:
c:i Ql 5 1Il
g -
Z a. 1Il 0
,., co Q)
Q) l- I- ..c
.s:: c.. Ql E
- 0.. 1Il ....
a. E E ~ Q) >.
Q) .s:: CJ)
0 ctl III .2 -
CJ) en OJ 0
R-8
55
60 PT-1
30
50/1
MATERIAL DESCRIPTION
Very dense, brown, Silty SAND to Sandy SILT' moist,
scattered gravel, rusty laminae or bands at 300 (Vashon
Till). (Continued)
~~~~~w~ni~G~Vaa~MND:wJ~---
saturated, some silt matrix, with cobbles. Sand fine to
coarse, well graded, clast supported, massive. (Vashon
Drift).
Unit4
Very dense, gray, Silty SAND' moist, some rounded fine
gravel, coarse sand, trace clay (slightly plastiC in places).
Sand mainly fine, poorly graded. Blocky, till-like fabric With
wavy parting (Older Drift - possibly Manne).
Unit Sa
Bottom of Boring
Note' well constructed of Sch 80 PVC, 1 Inch casing Steel
monument flush with ground surface surface.
143.8ft
1438ft
Rotary/Core
Rotary/Core
N-Value ...
PL
I
~RQD
o
c
Q)
E
:J
....
en
c:
65 PT-1
42
50/2
Moisture LL
. I
Recovery ~
50 100
Completion Depth: 656ft
Date Borehole Started' 4/13/04
Date Borehole Completed. 4/14/04
Logged By' SHE
. ~GEEf)UXS""'":~G OF TEST BORING BH-07-04
o
~ I N COR P 0 RAT E D
g Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual.
70
....
o
~ 75
f-
o
~
o
w
~
z
<(
a.
....,
a.
~
Ul
~
o
--J
o
....
'i'
..,
o
Remarks: STA 28+54, 2T RT. SPT sampler driven with a 140 lb. safety hammer operated
by a rope and cat-head. Groundwater level during drilling not determined due to mud
rotary dnlling method. Boring location and surface elevation from survey by others.
Figure A-8
Sheet 3 of 3
Project:
Job Number.
Location.
Coordinates
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing 41746904, Eastlng. 100285406
Surface Elevation.
Top of Casing Elev
Dnlllng Method
Sampling Method
........ ci Q) .~
~ Z c.
~ <D
.s::. Q) Q) --
..... "'5. a. rJl
a. E E 3:
Q)
0 co 111 0
CI) en iii
0
rJl
.....
rJl
Q)
f-
L-
Q)
.s::.
o
5
GS
PT-1
27
16
14
10
PT-
24
27
24
GS
15
PT-
31
38
48
20
--I
29
41
42
PT
co
Q
!:?
I-
o
<!)
o
w
<!)
~ 25
<l.
28
-,
<l.
<!)
en
<!)
o
..J
o
....
o
,!,
o
lU
..J
o
i PanGE~
o
<!)
o
..J
Completion Depth
Date Borehole Started
Date Borehole Completed
Logged By:
Dnlllng Company.
(5
..0
E
>.
C/)
MATERIAL DESCRIPTION
,. " " Concrete 4 Inches.
Medium dense, brown, Silty SAND with Gravel wet, sand fine to
coarse, well graded. Trace clay in a 3 inch layer, some rusty
weathenng (Recessional Outwash)
Unit 2.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
Very dense, brown, Well-graded SAND with Silt and Gravel mOist to
saturated, matnx slightly sticky Sand fine to coarse, with well and
poorly graded, 4 to 6 Inch beds. Subrounded (GlaCial Outwash).
Unit 3.
Occasional clay coatings, occasional rusty staining, gravel blocky to
tabular, layered with BCN - 00
Very gravelly sand, occasional weathered gravel, layered with BCN -
50
143.7ft
143.7ft
Rotary/Core
Rotary/Core
N-Value &
PL
I
~RQD
o
Moisture LL
. I
Recovery ~
50 100
.
614ft
4/14/04
4/15/04
SHE
CRUX Subsurface
Remarks STA 36+45, 26' RT SPT sampler driven with a 140 Ib safety hammer operated
by a rope and cat-head Groundwater level during dnlling not detennlned due to mud
rotary dnlllng method Boring location and surface elevation from survey by others
LOG OF TEST BORING BH-08-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratlficallon lines represent approximate boundaries. The transition may be gradual
Figure A-9
Sheet 1 of 3
Project: 8th Street Bridges Replacements Project Surface Elevation: 143.7ft
Job Number: 03-070 Top of Casing Elev. 1437ft
Location. Port Angeles, Washington Drilling Method Rotary/Core
Coordinates: Northing' 417469 04, Eastlng: 100285406 Samphng Method Rotary/Core
N-Value ...
........ 0 Q) .~ l/)
....
~ Z c. l/) (5 PL MOisture LL
...... >. <0 Q)
Q) ..... I- .0 I . I
..r::. Ci Q) E MATERIAL DESCRIPTION
.... 0. l/) ....
e. E E ~ Q) >.
Q) ..r::. (/) ~RQD Recovery ~
0 ell III 0 ....
(/) en iii 0
0 50 100
. . Very dense, brown, Well-graded SAND with Silt and Gravel mOist to
. . saturated, matrix shghtly sticky. Sand fine to coarse, with well and
. .
. . poorly graded, 4 to 6 inch beds. Subrounded. (Glacial Outwash).
.
. . (Continued)
.
. . Occasional clay coatings on large gravel, laminated In places, BCN -
.
. . 300
.
. .
.
. .
30 . .
. .
PT 50/5 . . >>
.
. . Becoming gray green, wet to saturated, sand volcanics and quartz.
. .
. .
.
. .
. .
. .
.-- . .
. .
. .
. .
. .
.
35 . .
. .
70 . .
PT- . . >>
50/4 . . Layered, very gravelly sand, well and poorly graded beds, BCN 00 -
.
. . 50
.
. .
. .
. .
.
. .
. .
. .
. .
. .
40 . .
.
. . Unit 3.
50 . .
.
PT- 47 . . >>
50/4 -----------------------------
Very dense, brown, SAND wet, some to scattered gravel, trace silt
Bedded with well and poorly graded beds, occasional laminated silty
beds, BCN variable 00 to 300 (GlaCial Outwash - possibly Advance).
"
45
PT-
36
50/5
. -I
~ co
0
~
I-
0
(!)
.0
w
(!)
z
<0::
a.
...,
a.
(!)
en
(!)
0
...J
0
...
q
'"
0
w
a:
0
In
l1.
0
(!)
0
...J
50
PT-1
29
50/5
Completion Depth:
Date Borehole Started:
Date Borehole Completed:
Logged By.
Drilling Company
PanGE~
Well graded sand, 2 Inch Silty fine sand bed, BCN 00 - 50.
>>
Unit3
Fine to medium sand, laminated BCN 00.
>>
614ft
4/14/04
4/15/04
SHE
CRUX Subsurface
Remarks: STA 36+45, 26' RT SPT sampler driven with a 140 lb. safety hammer operated
by a rope and cat-head Groundwater level dUring drilling not determined due to mud
rotary dnlhng method. BOring location and surface elevation from survey by others.
LOG OF TEST BORING BH-08-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The tranSition may be gradual.
Figure A-9
Sheet 2 of 3
,
,
co
Q
;3
b
(!)
0
w
(!)
z
<(
0..
....,
0..
(!)
VJ
(!)
0
-'
0
.....
0
M
0
w
-'
0
J:
W
[l:
0
In
U.
0
(!)
0
-'
Project.
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' 417469.04, Easting 100285406
Surface Elevation
Top of Casing Elev.
Drilling Method
Sampling Method.
-. ci Q) .~ l/)
.....
it:: Z c.. l/) 0
'-' ~ CD Q)
Q) -- f- .c
.s::: a. Q) E
..... c.. l/) ...
a. E E ~ Q) >-
Q) 0 .s::: (f)
Cl ro III .....
(f) en CO 0
MATERIAL DESCRIPTION
Very dense, brown, SAND' wet, some to scattered gravel, trace silt.
Bedded With well and poorly graded beds, occasional laminated silty
beds, BCN variable 00 to 300. (Glacial Outwash - possibly Advance)
(Contmued)
55
PT-1
22
50/6
Well graded sand With poorly grade beds, bedding contacts low angle,
grain alignment 300 (possible cross or foreset beds).
60
Very dense, gray, Silty SAND: wet, trace fine, rounded gravel,
non-plasllc Sand fine to medium, poorly graded. Till-like fabriC
(Vashon Till/Drift).
PT-1
40
48
50/5
Unit4
Bottom of BOring
65
70
75
143.7ft
1437ft
Rotary/Core
Rotary/Core
.
N-Value ...
PL
I
~RQD
o
LL
I
MOisture
.
Recovery ~
50 100
>>
>>
.
Completion Depth:
Date Borehole Started.
Date Borehole Completed.
Logged By
Drilling Company.
614ft
4/14/04
4/15/04
SHE
CRUX Subsurface
Remarks STA 36+45,26' RT SPT sampler driven with a 140 Ib safety hammer operated
by a rope and cat-head Groundwater level dUring drilling not determined due to mud
rotary drilling method. BOring location and surface elevation from survey by others
PanGE@
LOG OF TEST BORING BH-08-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
Figure A-9
Sheet 3 of 3
ProJect: 8th Street Bridges Replacements Project Surface Elevation: 73.7ft
Job Number: 03-070 Top of Casing Elev.: 77.2ft
'. Location. Port Angeles, Washington Drilling Method: Hollow Stem Auger
Coordinates: Northing: 417584 83, Eastlng: 1002724.71 Sampling Method Std. Pen. Test (SPT)
N-Value ...
ci Q) .S: l/l --
~ --
Z a. l/l (5 PL MOisture LL c:
......... ~ (0 Q) Q)
Q) I- .0 I . I E
.c: Q) -- E MATERIAL DESCRIPTION
-- 0.. Ci l/l ..... :J
c.. E ~ Q) >. .....
E --
Q) .c: (f) ~RQD Recovery ~ l/l
0 ro l\l 0 --
(f) l/l m 0 c:
0 0 50 100
Very loose, dark. brown, SAND and GRAVEL. saturated,
some silt and clay, well graded, with woody and peaty
organics (Mass Wasting Deposits)
2
S1 1 Unit 1
2
-------------------------
Loose, olive brown gray, Clayey SAND wet, some rounded
5 gravel, well graded, mottled, mixed texture with scattered
4 organics, deeply weathered (Mass Wasting Deposits)
S2 3 Groundwater measured 6/30/04.
4
'1
S3 4 Unit 1.
5
10 3
S4 3
.... 4
Medium dense, yellow brown SAND. wet, trace to some Silt
6 and clay, fine to coarse, well graded, grains subrounded,
S5 9 tabular to blocky, layered, BCN - 200 (Deeply Weathered
10 Older Drift/Gravel)
_________~lliU~__________
15 5 Stiff, yellow brown, Sandy SILT moist, medium plastic, trace
rounded gravel and clay, rusty sand stringers, otherwise
S6 7 maSSive, deeply weathered (Older Drift)
10
Unit 5c
20
S7 39 GS -------------------------
Very dense, brown, dark brown and yellow brown,
50/4 Interbedded SAND, Silty SAND and Clayey SILT: mOist,
some gravel in coarse beds, weathered with rusty stains,
20 fine bedded to laminated, BCN low (Older Drift).
15 Finer grained beds, fine sand to Silty clay, bed thickness to 6
S8 36 Inches, laminated with blocky fracture
38
co Bottom of BOring
Q
~
l-
e
<:l
0
UJ
<:l
z 25
<(
a..
...,
a..
<:l
(f)
<:l
o
...J
o
....
o
~
. Logged By: SHE
Drilling Company' BoreTec, Inc
! PanGEE8
<:l I N COR P 0 RAT E D
g Phone: 206.262.0370
The stratification lines represent approximate boundaries
Completion Depth:
Date Borehole Started.
Date Borehole Completed'
215ft
6/5/04
6/5/04
Remarks STA 34+74, 0' Offset. SPT sampler driven with a 140 lb. safety hammer
operated by rope and cat-head Boring location and surface elevation from survey
provided by others
LOG OF TEST BORING BH-09-04
The transition may be gradual
Figure A-10
Sheet 1 of 1
-----'
co
52
~
t-
o
C)
0
UJ
C)
z
a:
...,
Q.
C)
en
C)
0
...J
0
r-.
q
'"
0
UJ
...J
0
::t:
UJ
a::
0
m
u..
0
C)
0
...J
Project
Job Number.
Location:
Coordinates:
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing: 417570 84, Eastlng 100271257
Surface Elevation'
Top of Casing Elev
Drilling Method:
Sampling Method'
- 0 Q) C l/l
....
S z c- l/l "0
>- CD Q)
Q) l- I-- .0
.c Q) - E
.... c.. a. l/l ....
a. E E ;: Q) >.
Q) .c CJ)
0 co III .Q ....
en (/J m 0
0
MATERIAL DESCRIPTION
Loose, dark brown, Clayey SAND. wet, with organics
4
S1 ------------------------
5 Loose, mottled and mixed brown, olive gray and orange,
4 Silty SAND with Gravel wet, some rounded gravel and silt,
sand fine to coarse and well graded, mixed texture,
5 abundant organics at top. (Mass Wasting DepOSits).
3 Groundwater measured 6/30/04
S2 4 GS Scattered charcoal bits
3 Unit 1.
------------------------
Loose, orange brown to olive gray, SAND wet, some gravel,
3 fine to coarse and well graded, layered. (Mass Wasting
S3 2 DepOSits).
3
Very dense, gray to brown gray, Interbedded SAND and
10 22 SILT moist, trace gravel, sand fine to coarse, With well
graded and poorly graded beds and Silt beds, medium
S4 44 bedded and laminated (Older Dnft).
50/3
S5 5015 Unit Sa.
S6 50/4
15 Bottom of Bonng.
20
25
805ft
836ft
Hollow Stem Auger
Std. Pen Test (SPT)
N-Value.
PL
I
~RQD
o
....
c
Q)
E
::I
....
....
l/l
C
Moisture LL
. I
Recovery ~
50 100
Remarks: STA 34+71,18' RT. SPT sampler dnven With a 140 lb. safety hammer operated
by'rope and cat-head. Bonng location and surface elevation from survey provided by
others
Completion Depth
Date Borehole Started.
Date Borehole Completed:
Logged By'
Dnlling Company:
PanGE~
148ft
6/5/04
6/5/04
SHE
BoreTec, Inc
LOG OF TEST BORING BH-10-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes. The transition may be gradual.
Figure A-11
Sheet 1 of 1
ProJect:
Job Number:
Location:
Coordinates.
Surface Elevation'
Top of Casing Elev..
Dnlllng Method:
Sampling Method.
57.2ft
609ft
Hollow Stem Auger
Std. Pen Test (SPT)
N-Value '"
- ci Ql .!: en
-
~ Z a. en 0
~ co (])
(]) -- I- .a
.I::. c.. Ql E
- Ci en L-
a. E E ~ (]) >.
(]) .I::. C/)
0 C\3 co 0 -
(j) C/J iii 0
0
S1
5
S2
S3
10
S4
S5
15
S6
S7
20
--1
S8
CD
e
~
I-
o
c:>
o
LU
c:>
~ 25
a.
...,
a.
c:>
(/)
Cl
o
--'
o
I'-
o
M
8th Street Bridges Replacements Project
03-070
Port Angeles, Was~lngton
Northing. 418493 82, Eastlng' 100134049
3
2
5
3
5
6
3
3
3
4
4 GS
4
6
3
4
10
31
37
6
7
17
8
11
16
Completion Depth:
Date Borehole Started.
Date Borehole Completed.
Logged By:
Dnlllng Company'
215ft
6/5/04
6/5/04
SHE
BoreTec, Inc
~ PanGE@)
o
c:>
o
--'
MATERIAL DESCRIPTION.
PL
I
~RQD
o
MOisture LL
. I
-
c
(])
E
:J
L-
-
en
c
Recovery ~
50 100
Groundwater measured 0 68 feet above ground surface on
6/30/04
Loose, gray brown with yellow and red stains, Silty SAND
with Gravel' moist to wet, matrix medium plastiC, sand fine
to coarse and well graded, wood debris and black charcoal
bed at top (Mass Wasting DepOSits).
MaSSive, till-like structure, deeply weathered With some
grains weathered through.
Unit 1
Massive till-like structure.
Loose, gray SAND and GRAVEL' mOist, With woody - peaty
material, layered With deformed bedding, deep rust s~alns.
AllUVium
Very stiff, gray brown, Clayey SILT and fine SAND: mOist,
slightly to medium plastiC, laminated, BCN _50 r
~__________~m~~__________~
Very dense, rusty brown, Sandy GRAVEL: wet to saturated,
tr~ELs.!!! m~~ Qe~'!y YteJ!t!le~~ J.OJ9~ QrillL _ _ _ _
Very stiff, blue to green gray, Silty CLAY' mOist, medium to
high plastic, sandy lenses, occasional gravel, laminated With
ripple marks, BCN low. (Older Dnft)
Unit 5b
Rusty sand beds In tip of S7
Fine bedded and laminated, BCN to 50, scattered dark
rectangular grains
Bottom of BOring.
Remarks' STA 18+18, 0' Offset SPT sampler driven With a 140 Ib safety hammer
operated by rope and cat-head. Bonng location and surface elevation from survey
provided by others
LOG OF TEST BORING BH-11-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The tranSition may be gradual
Figure A-12
Sheet 1 of 1
..l
I
co
0
S
b
C)
0
UJ
C)
Z
<(
D-
-,
D-
C)
(J)
C)
0
...J
0
I'-
c:;>
""
0
UJ
...J
0
I
UJ
lr
0
CO
LL
0
C)
0
...J
Project.
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing 418479.75, Easting' 10013306
Surface Elevation
Top of Casing Elev :
Drilling Method'
Sampling Method:
597ft
597ft
Hollow Stem Auger
Std. Pen Test (SPT)
N-Value A
0 Q) .!: en
g .....
Z 0- en 0 PL MOisture LL
~ co Q)
Q) I- .0 I . I
.J::. Q) -- E MATERIAL DESCRIPTION
..... c.. Q. en ....
a. E E 3: Q) >-
Q) .J::. en ~RQD Recovery ~
0 ro III 0 .....
en en ai 0
0 0 50 100
Loose to medium dense, dark brown to yellow brown, very Clayey,
Silty SAND: moist to wet, some gravel, trace organics, sand fine to
coarse, well graded (Mass Wasting Deposits).
5
S1
10
S2
15
S3
S4
20
25
4
5
27
23
40
37
16
37
39
50/6
Complellon Depth:
Date Borehole Started.
Date Borehole Completed.
Logged By'
Drilling Company
GS
18 Oft
6/5/04
6/5/04
SHE
BoreTec, Inc
PanGE~
Cobble at 6 feet
Unit 1
Hard, rusty brown (top) to blue gray, Lean CLAY with Sand. mOist,
medium plasticity, no dilatancy, laminated With BCN low, Silt and fine
sand interbeds (Older Drift). .
Unit 5b.
Very dense, rusty brown to brown gray, Interbedded Sand and Clayey
SILT' moist to wet (coarser beds), scattered gravel and coarse sand
lenses, non- to medium plastiC, sand fine to medium, laminated, BCN
_50. (Older Drift).
Unit 5b
Bottom of BOring.
>>
Remarks. STA 18+17,17' RT. SPT sampler driven With a 140 lb. safety hammer operated
by rope and cat-head Boring location and surface elevation from survey provided by
others.
LOG OF TEST BORING BH-12-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual
Figure A-13
Sheet 1 of 1
Project:
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing 417842.77, Eastlng: 100234506
- ci Q) c l/)
+-'
4: Z a. l/) '0
....... ~ co Q)
Q) ""- f- .0
..c a. Q) E
+-' Ci l/) L-
a. E E ~ Q) >.
Q) ..c (J)
0 C\3 ro 0 +-'
(j) CI) m 0
0
S1
5 S2
10
15
20
<D
!2
S
b
C)
o
w
C)
~ 25
0.
...,
0.
C)
CIl
C)
o
...J
o
....
o
M
o
16
16
50/5
29
50/4
Completion Depth.
Date Borehollfl Started.
Date Borehole Completed:
Logged By'
Drilling Company'
.~ PanGE~
o
C)
o
...J
5.3ft
6/30/04
6/30/04
SHE
BoreTec,lnc
Surface Elevation:
Top of Casing Elev .
Dnlling Method:
Sampling Method:
882ft
882ft
Hollow Stem Auger
Std Pen. Test (SPT)
MATERIAL DESCRIPTION
PL
I
~RQD
o
Soft, very dark gray, Organic SILT wet, low plastic, some sand and
gravel.
Unit 1
Very dense, olive gray, Sandy GRAVEL mOist, some Silt and clay in
medium plastic matnx, gravel fine to coarse, rounded, of mIxed quartz
and lithiC matenal, maSSive, some mottling at top. (GlaCial Till/Drift).
Unit4
o
Bottom of Bonng
N-Value A
Moisture LL
. I
Recovery ~
50 100
>>
Remarks: STA 30+15, 7' L T SPT sampler dnven with a 140 Ib safety hammer operated
by rope and cat-head. Boring location and surface elevation from survey provided by
others.
LOG OF TEST BORING BH-13-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes. The transItion may be gradual.
Figure A-14
Sheet 1 of 1
ProJect.
Job Number.
Location:
Coordinates.
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing. 418737 41, Easting. 1000956.34
Surface Elevation:
Top of Casing Elev:
Dnlllng Method:
Sampling Method.
0 Q) .E: en
2 -
z a. en (5
- >- co Q)
Q) l- I- .0
~ Q) - E
- a. 0. en ....
a. E E ~ Q) >.
Q) ~ en
0 ro CII 0 -
en en m 0
0
I
I
I
. -~
S1
.'~l 5
S2
c-'
I
I
L._
i--
I
l.:
,-
I
j---l
I I
L CD
!2
S
[ I-
0
C,!)
0
w
C,!)
z
~
I D-
L. ...,
D-
C,!)
(f)
C,!)
0
~
0
t--
0
,I,
0
w
~
0
:I:
w
a:
0
lD
u.
0
C,!)
0
~
10
15
20
25
S3
S4
S5
6
6
8
2
2
2
7
17
18
18
35
50/6
30
50/5
Completion Depth.
Date Borehole Started:
Date Borehole Completed:
Logged By:
Dnlling Company
PanGE&)
134ft
6/30/04
6/30/04
SHE
BoreTec, Inc
MJ\ TERIAL DESCRIPTION
Medium dense, mixed brown - gray - red, SAND. dry to moist, some
rounded gravel, trace silt and clay, sand fine to medium and poorly
graded, broken texture (Mass Wasting DepOSits).
Unit 1
Loose, brown and red, Clayey GRAVEL wet, with sand, gravel fine to
coarse and subrounded, texture mixed and broken. (Mass Wasting
DepOSits)
Hard, dark gray, Clayey SILT to Silty CLAY: mOist, trace fine sand with
occasional sand Interbeds, medium plastiC, rapid to no dilatancy,
laminatecfto massive, BCN low. (Older Manne/Lacustrine Beds).
Unit 5b.
Thin (2"), wet sand bed, becoming predominantly silty clay, with water
on fractures.
Silty clay, medium plastic, no dilatancy, possible organic material.
Bottom of Boring
764ft
76.4ft
Hollow Stem Auger
Std. Pen. Test (SPT)
.
N-Value &
PL
I
~RQD
o
Moisture
.
LL
I
Recovery ~
50 100
Remarks ST A 13+63, 7' RT SPT sampler dnven with a 140 lb. safety hammer operated
by rope and cat-head. Bonng location and surface elevation from survey prOVided by
others
LOG OF TEST BORING BH-14-04
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes The transItion may be gradual
Figure A-15
Sheet 1 of 1
Project
Job Number:
Location
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing ,Eastlng:
Surface Elevation.
Top of Casing Elev
Drilling Method'
Sampling Method:
68 Oft
Mud Rotary 1 HSA
Std Pen. Test (SPT)
N-Value A
........ 0 Q) .~ en
-
~ Z c. en (5 PL MOisture LL
- ~ (0 Q)
Q) I- .c I . I
..c Q) -- E MATERIAL DESCRIPTION
- a. c.. en ....
a. E E 3: Q) >-
Q) ..c en ~RQD Recovery ~
Cl ro I'll 0 -
en en iIi 0
0 0 50 100
Loose to medium dense, gray and rusty brown, Gravelly SAND: wet,
trace silt and clay, trace of organics, fine to coarse grained, mixed
textures with indistinct layering, matrix slightly plastic. (Mass Wasting
Deposit).
~-'
5 2 Unit 1.
S-1 2
4
10
S-2
3
3
3
--1
<D
0
!:1
f-
e
Cl
0
UJ
Cl
z
..:
0-
...,
0-
Cl
en
Cl
0
..J
0
....
0
M
w
a:
0
co
lL.
0
Cl
0
..J
S-4
9
18
26
Dense, gray, Gravelly SAND wet, trace silt and clay, sand fine to
medium grained, matrix slightly plastic, massive and till-like With one
rusty brown weathered band (Older Outwash).
Unit Sb
15
S-3
6
8
12
20
S-5
Very dense, brown to gray brown, Interbedded Sand and GRAVEL
and Silty SAND. mOist to wet, trace clay as matrix, grain coatings, fine
to coarse grained, sub-horizontally layered (Older Drift 1 Outwash)
25
14
26
Orange weathering, silt pockets, medium sand veins
, Completion Depth:
Date Borehole Started
Date Borehole Completed
Logged By
Drilling Company
PanGE~
703ft
7/17/06
7/18/06
SHE
Gregory Drilling
Remarks ST A 34+64, 11' L T SPT sampler driven With a 140 lb. safety hammer With
auto-trip mechanism. BOring location measured from on-site features With a laser
rangefinder. Surface elevation estimated from site survey map prOVided by oth~rs.
LOG OF TEST BORING BH-15-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The tranSition may be gradual.
Figure A-16
Sheet 1 of 3
ProJect:
Job Number.
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: , Eastlng'
.
Surface Elevation'
Top of Casing Elev..
Drilling Method
Sampling Method:
68.0ft
Mud Rotary / HSA
Std. Pen. Test (SPT)
N-Value .
ci CIl .~ II)
2 -
Z 0.. II) (5
........ >. <0 Q)
Q) l- I- .c
..c CIl - E
- a. a. II) ....
e. E E ~ Q) >.
Q) ..c CI)
0 co t\l 0 -
Cf) en iii 0
35 35 Grading brown gray, Interbedded sandy fine gravel and fine to medium
S-7 50/3 >>
sand, clean.
Unit 5a .
40 5-8 50/6 Brown with rusty mottles, sandy fine to coarse gravel, mOist wet, >>
moderately weathered.
30
19
37
38
S-6
45
5-9
50/5
<D
g
S
l-
e
g 50 S-10
UJ
(9
Z
<(
a.
50/5
...,
a.
(9
(f)
(9
o
-'
o
....
'1'
M
o
UJ
-'
o
~ PanGE~
o
(9
o
-'
Completion Depth'
Date Borehole Started:
Date Borehole Completed.
Logged By:
Drilling Company
MATERIAL DESCRIPTION
PL
I
~RQD
o
Recovery ~
50 100
Moisture LL
. I
GS
Very dense, brown to gray brown, Interbedded Sand and GRAVEL
and Silty SAND' moist to wet, trace clay as matrix, grain coatings, fine
to coarse grained, sub-horizontally layered. (Older Drift / Outwash).
(Continued)
Unit 5a
Some fine gravel, moderate weathering.
Slightly sandy fine to coarse gravel, sub-rounded, tabular, prismatic
and blocky.
>>
Medium bedded (0.5 to 2 0 feet), fine to coarse gravel with sand.
>>
703ft
7/17106
7/18/06
SHE
Gregory Drilling
Remarks STA 34+64,11' LT. SPT sampler driven With a 140 Ib safety hammer with
auto-trip mechanism. Boring location measured from on-site features With a laser
rangefinder Surface elevation estimated from site survey map prOVided by others.
LOG OF TEST BORING BH-15-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual
Figure A-16
Sheet 2 of 3
ProJect.
Job Number
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' , Eastlng:
Surface Elevation:
Top of Casing Elev.:
Drilling Method:
Sampling Method:
Mud Rotary / HSA
Std Pen. Test (SPT)
68 Oft
N-Value A
........ c:i Q) .~ 00
...
.:I: Z c- oo 0 PL Moisture LL
- ~ co Q)
Q) I- .0 I . I
.s::: Q) - E MATERIAL DESCRIPTION
... a. a. 00 ....
e. E ~ Q) >.
Q) E .s::: (f) ~RQD Recovery ~
0 C'll t\l 0 ...
C/) U) m 0
0 50 100
703ft
7/17/06
7/18/06
SHE
Gregory Drilling
~ PanGE~
o
C!)
o
...J
55 5-11
50/5
60 5-12
50/4
65
5-13
50/6
70 S-14
50/4
<0
Q
8
75
~
o
C!)
o
w
C!)
Z
<l:
0..
..,
0..
C!)
en
C!)
o
...J
o
,...
o
,J,
Completion Depth'
Date Borehole Started:
Date Borehole Completed:
Logged By.
Drilling Company.
Very dense, brown to gray brown, Interbedded Sand and GRAVEL
and Silty SAND. mOist to wet, trace clay as matrix, grain coatings, fine
to coarse grained, sub-horizontally layered. (Older Drift / Outwash)
(Contmued)
Fine to coarse gravel with sand, slightly to moderately weathered, clay
grain coatings.
>>
Gravel with sand, fine to coarse, moderately weathered, clayey
coatings
Gray, gravelly fine to coarse sand, mainly dark reddish volcanics,
massive
>>
>>
Bottom of BOring
Remarks: ST A 34+64, 11 ' LT. SPT sampler driven With a 140 lb. safety hammer with
auto-triP mechanism BOring location measured from on-site features With a laser
rangefinder. Surface elevation estimated from site survey map proVided by others
LOG OF TEST BORING BH-15-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The tranSition may be gradual
Figure A-16
Sheet 3 of 3
Project.
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing. , Eastlng.
Surface Elevation.
Top of Casing Elev
Drilling Method:
Sampling Method
510ft
Mud Rotary / HSA
Std. Pen Test (SPT)
N-Value A
ci Q) .!: lJ)
E' .....
Z 0- lJ) (5 PL Moisture LL
.......- ~ <D (])
(]) I- .0 I . I
.c Q) -- E MATERIAL DESCRIPTION
..... a. a. lJ) L-
a. E E :;: (]) >.
(]) .c CJ) ~RQD Recovery ~
0 CI:l Cll 0 .....
(f) (J) iii 0
0 0 50 100
Medium stiff, brown SILT
5-1
14
13
21
Dense, red brown, Silty GRAVEL. moist, fine to coarse grained,
sub-rounded, some fine to coarse sand, Indistinct layering, matrix
weathered, mainly volcanic IIthics (Alluvium/Mass Wasting DepOSit).
Unit 1
5-3
7
17
22
Unit 1.
.
5
Loose, yellow brown, Clayey SAND wet (saturated), some silt, fine to
coarse grained, matrix material low plastic, layered, moderately
weathered with rusty seams and laminae. (Alluvium).
10
5-2
2
1
1
Unit 1
Dense, brown, SAND with Gravel: wet (saturated), some silt in matrix,
fine to coarse grained, subrounded, subhori;::ontally laminated, slightly
weathered (Alluvium).
15
20
5-4
50/4
>>
Bottom of Boring BOring terminated due to drilling refusal uSing these
drilling methods.
co
o
S
I-
o
C>
o
w
C>
~ 25
..,
ll.
C>
en
C>
o
-'
o
I"-
9
M
o
W
-'
o
~ PanGE@
o
C>
o
-'
Completion Depth
Date Borehole Started:
Date Borehole Completed:
Logged By
Drilling Company.
20.3ft
7/20/06
7/20/06
SHE
Gregory Drilling
Remarks. STA 33+33,31' RT. SPT sampler driven With a 140 lb. safety hammer With
auto-trip mechanism. Boring location measured from on-site features With a laser
rangefinder Surface elevation estimated from site survey map provided by others
LOG OF TEST BORING BH-16-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transItion may be gradual
Figure A-17
Sheet 1 of 1
.
ProJect.
Job Number:
Location:
Coordinates.
8th Street Bridges Replacements Project
03-070
Port Angeles, Washmgton
Northing. , Easting:
Surface Elevation:
Top of Casing Elev .
Drilling Method
Sampling Method'
..-.. 0 Q) c:: lJ)
+-'
~ Z Co lJ) (5
--- ~ co Q)
Q) I- .0
.s::: Q) - E
+-' a. Ii lJ) ....
c. E E 3: Q) >.
Q) .s::: en
0 ell III 0 +-'
en en m 0
0
C-1
Grab
~, 5
C-1
MATERIAL DESCRIPTION
Loose to medIum dense, brown, SAND with Silt to poorly graded
SAND with Gravel. moist to wet, with mixed gravel, clay layers,
cobble-size clay clasts, trace organics at top. (Mass Wasting Deposit /
Valley Alluvium).
Fine to coarse gravel bed at 4 feet.
Unit 1.
C-1
10 4
5-1 12
. 26
.-
C-2
15
GS
C-2
8 5 - 9. lumps of slide debris
Dense, yellow brown, clayey coarse sand to fine gravel
11 - 18' medium dense, brown sandy fine to coarse gravel with
cobbles and cobble size slide debris, medlL:m plastic matrix and
Interbedded sand and gravel beds 1/2 to 1 1/4 Inch thick.
20
21 - 22 medium dense to dense, brown, fine to coarse sand, wet,
occasional cobbles ravell alluvium.
Very dense, gray, Clayey SAND and GRAVEL and Silty SAND With
Grave' wet With mOist layers, trace Silt, occasional cobbles, matrix
non-plastiC to low plastiC, layered, mainly clast supported With
occasional matrix supported layers. (Older Drift / Outwash).
18 - 21: dense, mottled brown and red brown, slit and sand, mOist to
wet, weathered, broken texture in 1/2 inch clasts.
C-2
5-2
14
50/4
. l
,
-.!
<D
e
S
r
l-
e
(9
0
w
(9
z
<(
a.
..,
a.
(9
rJ)
(9
0
...J
0
....
c;>
'"
w
a:
0
OJ
"-
0
(9
0
...J
C-3
25 Grab
Unit Sa
510ft
Sonic Core
Sonic Core & Std Pen. Test (SPT)
N-Value ...
PL
I
~RQD
o
Moisture
.
LL
I
Recovery ~
100
Completion Depth:
Date Borehole Started'
Date Borehole Completed
Logged By:
Drilling Company.
80.0ft
8/8/06
8/8/06
SHE
PR050NIC, Corp.
Remarks' STA 33+49,4' RT SPT sampler driven With a down-hole, 140 lb. safety
hammer WIth auto-triP mechanism, tested to 45% efficient BOring location measured
from on-site features With a laser rangefinder Surface elevation estimated from site
survey map provided by others.
PanGE~
LOG OF TEST BORING BH-16a-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual.
Figure A-18
Sheet 1 of 4
510ft
Surface Elevation.
Top of Casing Elev:
Drilling Method
Sampling Method.
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: , Easting.
ProJect:
Job Number.
Location:
Coordinates:
Sonic Core
Sonic Core & Std Pen. Test (SPT)
N-Value ...
......... 0 CD .!: en
-
;I:: Z 0- en 0
........ >- co Q)
Q) l- I-- .0
J:: CD -- E
- a. c.. en ....
a. E E 3: Q) >-
Q) J:: (f)
0 ell l\l 0 -
(j) en CO 0
C-3
G5
30 C-3
5-3 50/3
C-4
MOisture LL
. I
PL
I
~RQD
o
MATERIAL DESCRIPTION
Recovery ~
50 100
Very dense, gray, Clayey SAND and GRAVEL and Silty SAND with
Grave. wet with mOist layers, trace silt, occasional cobbles, matrix
non-plastic to low plastic, layered, mainly clast supported with
occasional matrix supported layers. (Older Drift 1 Outwash).
(Continued)
.
Silt and sand with gravel, dry to mOIst.
35 30 - 40 dense, gray gravel with sandy layers, mOist, silt-clay matrix,
C-4 clast supported, rounded to sub-angular.
Unit Sa.
.
Grab
40 r.-4
5-4 50/5 Sand and gravel, Silt-clay matrix, deeply weathered
C-5 40 - 43. brown gray, fine to coarse sand and gravel, wet, clean.
Dense, brown to gray brown, Silty SAND to SAND. wet (saturated),
trace Silt, fine to medium grained, homogeneous, massive. (Older
AllUVium 1 Outwash)
45 C-5 Unit Sc.
,
<0
52
S
I-
0
C)
0
UJ
C)
z
..:
Cl.
...,
Cl.
C)
en
C)
0
...J
0
....
9
M
0
UJ
...J
0
:z:
UJ
Cl:
0
III
U.
0
C)
0
...J
Grading to moist
50
Scattered fine gravels, indistinct finer 1 coarser layering,
sub-horizontal.
7
22
33
GS
5-5
Remarks STA 33+49,4' RT. SPT sampler driven With a down-hole, 140 lb. safety
hammer With auto-trip mechanism, tested to 45% efficient. BOring location measured
from on-site features with a laser rangefinder. Surface elevation estimated from site
survey map provided by others
Completion Depth. 80 Oft
Date Borehole Started 8/8/06
Date Borehole Completed. 8/8/06
Logged By SHE
Drilling Company. PROSONIC, Corp.
PanGE~
LOG OF TEST BORING BH-16a-06
Figure A-18
Sheet 2 of 4
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
.
PrOject
Job Number:
Location:
Coordinates'
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' , Easting:
Surface Elevation:
Top of Casing Elev .
Dnlling Method
Sampling Method:
........ ci Q) .!: en
-
il:: Z a. en 0
........- >- (0 Q)
I-
Q) -- I- ..0
.J:::. 0. Q) ~ E
- a. en
c. E E :: Q) >-
Q) .J:::. en
0 co C'Cl .2 -
en en OJ 0
55
C-6
GS
60 C-6
13
S-6 15
24
C-7
.
65
G-7
70
Grab
C-7
S-7
50/3
C-8
<0
!;2
~
C-8
75
f-
e
C!)
o
UJ
C!)
Z
<{
ll.
C-8
..,
ll.
C!)
C/)
C!)
o
...J
o
....
c;>
CO)
Completion Depth.
Date Borehole Started'
Date Borehole Completed'
Logged By
Drilling Company
~ PanGE~
o
C!)
o
...J
MATERIAL DESCRIPTION
Dense, brown to gray brown, Silty SAND to SAND: wet (saturated),
trace Silt, fine to medium grained, homogeneous, massive. (Older
AllUVium / Outwash) (Continued)
50 - 60 brown gray, fine sand, wet, trace Silt.
Up to 2 feet heave - sample disturbed, blow counts unreliable.
60 - 66: brown gray, fine to medium sand, wet, trace Silt, massive With
Indistinct laminations
Unit 5c.
66 - 70: grading to brown gray, fine to coarse sand and gravel, wet,
trace Silt, grading to Silt at bottom; contacts gradational
Very Dense, gray, SAND and GRAVEL. wet, trace Silt, fine to coarse
grained - well graded, trace clay coatings. (Advanced Outwash).
Unit Sa.
Very dense, gray, SILT With Gravel. moist, some fine to coarse sand,
till-like, no penetration With pocket penetrometer (Older Drift).
Unit Sa
51.0ft
SOniC Core
Sonic Core & Std. Pen Test (SPT)
N-Value ...
PL
I
~RQD
o
Moisture LL
. I
Recovery ~
50 100
.
80 Oft
8/8/06
8/8/06
SHE
PROSONIC, Corp.
Remarks STA 33+49, 4' RT. SPT sampler driven With a down-hole, 140 Ib safety
hammer With auto-trip mechanism, tested to 45% effiCient. Boring location measured
from on-site features with a laser rangefinder Surface elevation estimated from site
survey map prOVided by others.
LOG OF TEST BORING BH-16a-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transItion may be gradual
Figure A-18
Sheet 3 of 4
ProJect:
Job Number:
Location:
Coordinates
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing. , Eastlng:
........ 0 Q) .S en
-
S. Z a. en '0
.::- <0 Q)
Q) ~ .0
L: Q) -- E
- Ci a. en ....
a. E E ~ Q) >.
Q) L: CJ)
0 ca t\l 0 -
(/) (f) 10 0
III
Grab
Grab
80
Surface Elevation
Top of Casing Elev .
Drilling Method'
Sampling Method:
510ft
~
Sonic Core
Sonic Core & Std Pen. Test (SPT)
N-Value ...
MATERIAL DESCRIPTION
Very dense, gray, SAND with Gravel: wet, fine to coarse grained, trace
silt, massive. (Older Alluvium / Outwash).
Unit 5c
Bottom of Boring
85
90
95
--I
<<J
0
~
l-
e
c:>
0
w
c:>
z
<(
11.
...,
11.
c:>
ffl
(!)
0
...J
0
....
0
'"
0
W
...J
0
J:
W
0::
0
CD
LL
0
c:>
0
...J
100
Completion Depth.
Date Borehole Started.
Date Borehole Completed
Logged By:
Drilling Company
80.0ft
8/8/06
8/8/06
SHE
PROSONIC, Corp
PanGE~
PL
I
~RQD
o
MOisture LL
. I
Recovery ~
50 100
.
Remarks. STA 33+49, 4' RT SPT sampler driven with a down-hole, 140 lb. safety
hammer with auto-trip mechanism, tested to 45% efficient. Boring location measured
from on-site features with a laser rangefinder. Surface elevation estimated from site
survey map provided by others.
LOG OF TEST BORING BH-16a-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes The transition may be gradual
.
Figure A-18
Sheet 4 of 4
Project:
Job Number:
Location'
Coordinates'
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' , Easting'
Surface Elevation'
Top of Casing Elev..
Drilling Method:
Sampling Method'
- ci Q) c: l/)
-
4::: Z a. l/) 0
........ >- co Q)
I-
Q) -- I- .0
.c: C. Q) E
- 0.. l/) .....
e. E E 3: Q) >-
Q) .c: en
Cl co 11l ..Q -
C/) l/) OJ 0
0
C-1
5
10
14
12
50/3
C-1
5-1
15
C-2
20
5-2
C-3
13
50/1
:
<0
Q
!:2
t-
o
C>
0
w
C>
Z
<(
a.
-,
a.
C>
(/J
C>
0
...J
0
,...
<;>
::c
w
0::
0
al
LL
0
C>
0
...J
Grab
Grab
25
C-3
Completion Depth:
Date Borehole Started
Date Borehole Completed
Logged By.
Drilling Company
MATERIAL DESCRIPTION
Loose to dense, soft to medium stiff, brown and gray, SILT, Sandy
SILT and SAND: moist to wet, Interbedded, some beds With gravel
and gravel size clay clasts, layered, non-plastic to slightly plastic.
(Mass Wasting Deposits / Valley AllUVium)
Unit 1
Dense, brown to gray brown, GRAVEL and SAND wet to moist, gravel
and sand fine to coarse grained, With clay/silt matrix, subangular to
subrounded, blocky, clast supported, (Older AllUVium / Outwash)
Unit Sa
20 - 28 fine to coarse, clayey gravel, wet at top
47.0ft
Sonic Core
Sonic Core & Std Pen Test (SPT)
N-Value A
PL
I
~RQD
o
MOisture LL
. I
Recovery ~
100
>>
808ft
8/9/06
8/9/06
SHE
PROSONIC, Corp
Remarks ST A 31 + 79, 2' L T SPT sampler driven With a down-hole, 140 Ib safety
hammer With auto-trip mechanism, tested to 45% effiCient Boring location measured
from on-site features With a laser rangefinder. Surface elevation estimated from site
survey map provided by others.
PanGE~
LOG OF TEST BORING BH-17 -06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
Figure A-19
Sheet 1 of 4
--j
to
e
!:2
I-
0
(!)
0
w
(!)
z
g:
...,
"-
(!)
rJ)
(!)
0
-'
0
,....
0
~
0
w
-'
0
:I:
w
0::
0
o:l
LL
0
(!)
0
-'
ProJect:
Job Number:
Location'
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing ,Eastlng.
Surface Elevation.
Top of Casing Elev:
Drilling Method
Sampling Method
........ ci Q) c en
+-'
4== Z a. en (5
- ~ (!) Q)
Q) - I- .0
..c c.. Q) E
+-' C. en .....
a. E E 3: Q) >-
Q) ..c (f)
0 co Ctl 0 +-'
C/) en ai 0
C-3
30 5-3
50/4
C-4
35
C-4
C-4
40 C-4
5-4 13
50/1
C-5
Grab GS
45
C-5
Grab
50
C-5
S-5
5015
Completion Depth:
Date Borehole Started'
Date Borehole Completed:
Logged By.
Drilling Company
PanGE~
47 Oft
Sonic Core
SOniC Core & Std Pen. Test (SPT)
N-Value.
.
MATERIAL DESCRIPTION
Dense, brown to gray brown, GRAVEL and SAND: wet to moist, gravel
and sand fine to coarse grained, With clay/silt matrix, subangular to
subrounded, blocky, clast supported, (Older AllUVium / Outwash).
(Contmued)
28 - 30: gray brown sand and gravel, trace silt and clay.
30 - 34. dark brown to gray, silty fine to coarse gravel, wet, layered
Hard, gray SILT With fine SAND: moist, trace clay and gravel, massive
and lIlI-IIke (Older Manne? Dnft).
Unit Sa
~~~~e.W~bro~,w~~~~GAAVaw~S~d.~t.~~o-
coarse grained, layered (Older AllUVium / Outwash).
39 - 40: gravelly fine to coarse sand, layered, wet.
Unit Sa
Well-grade gravel With sand (GW).
40 - 50' gray sand and gravel, wet, fine to coarse, rounded, tabular to
blocky, layered, scattered cobbles, mainly volcaniCS, occasional
granitic clasts,
PL
I
~RQD
o
Moisture
.
LL
I
Recovery ~
50 100
.
.
808ft
8/9/06
8/9/06
SHE
PROSONIC, Corp
Remarks: STA 31+79, 2' LT. SPT sampler driven with a down-hole, 140 lb. safety
hammer With auto-tnp mechanism, tested to 45% effiCient. Bonng location measured
from on-site features with a laser rangefinder. Surface elevation estimated from site
survey map prOVided by others.
LOG OF TEST BORING BH-17 -06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes The transltlon.may be gradual
Figure A-19
Sheet 2 of 4
Project 8th Street Bndges Replacements Project Surface Elevation. 47 Oft
Job Number: 03-070 Top of Casing Elev.
Location: ~ Port Angeles, Washington Dnlling Method SOniC Core
Coordinates' Northing: , EastlOg. Sampling Method' SOniC Core & Std. Pen. Test (SPT)
N-Value A
....... ci Q) .S: en
-
~ Z a. en "0 PL Moisture LL
....... >- CD Q)
Q) l- f- .c I . I
.c: Q) -- E MATERIAL DESCRIPTION
- a. a. en ....
c.. E := Q) >,
Q) E .c: en ~RQD
0 co C\l .Q -
(f) en II) 0
0
Very dense, gray brown, well-graded GRAVEL with Sand wet, fine to
coarse grained, layered. (Older AllUVium / Outwash). (Continued)
50 - 58' brown gray sand and gravel, wet, fine to coarse grained, trace
silt, layered
55
C-6
Very dense, gray, Silty SAND to SILT" wet, non-plastic, trace gravel
and clay, massive and till-like at top (Older Glaciolacustrine /
Lacustrine Beds)
60 C-6
5-6 26 Unit 5b.
50/4
C-7
GS .
60 - 65: gray, till-like Silt and fine sand, pocket penetrometer 0 4 to
1 25 TSF.
65 C-7
70
Very dense, gray SAND: wet, trace to some slit, trace fine rounded
gravel, sand interbedded fine to coarse and fine to medium, layered
With 2" beds. (Older Alluvium / Outwash).
65 - 70' Silty fine to medium sand, some rounded fine gravel, till-like.
C-7
26
50/5
Hard, brown gray Silt, wet, non-plastiC, massive.
5-7
-
'-1
CD
Q
8
f-
e
C!l
0
w
C!l
z
<(
0-
..,
0-
C!l
CIJ
C!l
0
-'
0
....
0
M
w
a::
0
ell
u.
0
C!l
0
-'
C-8
75
Unit 5c
Grab
Completion Depth
Date Borehole Started.
Date Borehole Completed:
Logged By.
Dnlling Company'
808ft
8/9/06
8/9/06
SHE
PR050NIC, Corp.
Remarks STA 31+79, 2' LT. SPT sampler driven With a down-hole, 140 Ib safety
hammer With auto-tnp mechanism, tested to 45% effiCient Boring location measured
from on-site features With a laser rangefinder Surface elevation estimated from site
survey map provided by others.
PanGE@
LOG OF TEST BORING BH-17 -06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes The transition may be gradual.
Figure A-19
Sheet 3 of 4
47 Oft
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' , Eastlng
Surface Elevation
Top of Casing Elev.:
Drilling Method
Sampling Method.
ProJect:
Job Number'
Location
Coordinates:
.
SOniC Core
SOniC Core & Std Pen Test (SPT)
N-Value A
.......... 0 Q) .S: lJl
.....
~ Z a. lJl "6
'-" >. CD Q)
Q) l- f- .0
--
.c Ci Q) lJl E
..... 0.. ....
a. E E 3 Q) >.
Q) .c (/')
C ell cu ..Q .....
CI) en aJ 0
C-8
80 22
S-8 50/4
PL
I
~RQD
o
MOisture
.
LL
I
MATERIAL DESCRIPTION
Recovery ~
50 100
Very dense, gray SAND' wet, trace to some Silt, trace fine rounded
gravel, sand Interbedded fine to coarse and fine to medium, layered
with 2" beds (Older Alluvium / Outwash) (Continued)
Bottom of Boring
85
90
95
,
,
'"
e
S
l-
e
C>
0
w
Cl
Z
<(
c..
..,
c..
Cl
rJl
C>
0
...J
0
....
9
(0')
0
W
...J
0
:r:
w
0::
0
In
LL
0
Cl
0
...J
100
Remarks. STA 31+79,2' LT. SPT sampler driven with a down-hole, 140 lb. safety
hammer with auto-trip mechanism, tested to 45% efficient BOring locatIon measured
from on-site features with a laser rangefinder Surface elevation estimated from site
survey map prOVided by others
Completion Depth
Date Borehole Started
Date Borehole Completed
Logged By
Drilling Company
808ft
8/9/06
8/9/06
SHE
PROSONIC, Corp.
PanGE~
LOG OF TEST BORING BH-17 -06
Figure A-19
Sheet 4 of 4
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The tranSItion may be gradual
Project
Job Number:
Location.
Coordinates
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing ,Easting.
Surface Elevation:
Top of Casing Elev .
Dnlllng Method.
Sampling Method'
--- 0 Q) .!: III
-
~ Z a. III (5
~ CD Q)
Q) I- .0
.r::. Q) -- E
- a. a. III L-
a. E E 3 Q) >>
Q) .r::. en
0 rn co 0 -
en III (Q 0
0
5
o
o
o
S-1
MATERIAL DESCRIPTION
Very loose, dark gray, SAND and SILT wet, trace clay and orgamcs,
sand fine to medium, trace fine gravel, slightly plastiC matnx, massive
(Mass Wasting DepOSits)
Unit 1.
Loose, brown gray, Clayey to Silty GRAVEL: wet, some sand, mixed
textures, orange mottling (Mass Wasting DepOSits).
10 1 Unit 1.
S-2 4
3
-----------------------------
Medium dense, brown and gray SILT' mOist, nonplastic, sand seams
and scattered gravel, sub-t-onzontally laminated in places. (Valley
Alluvium).
15 2 Unit 1.
S-3 5
10
Very dense to dense, brown, SAND and SILT mOist to wet,
non-plastic, rapid dilatancy, fine grained, rare gravels, occasional
, orange mottles. (Older Manne Dnft).
20 13
'-1 S-4 24
34
co
o
S
f-
e
CJ
o
UJ
CJ
~ 25
a..
16
20
-,
a..
CJ
C/)
CJ
o
-'
o
.....
9
S-5
Completion Depth'
Date Borehole Started
Date Borehole Completed'
Logged By
Dnlllng Company.
~ PanGEQ)
o
CJ
9
Unit 5b
59.0ft
Mud Rotary / HSA
Std Pen. Test (SPT)
N-Value ...
PL
I
~RQD
o
MOisture LL
. I
Recovery ~
50 100
553ft
7/18/06
7/18/06
SHE
Gregory Dnlling
Remarks' STA 30+58,29' RT SPT sampler dnven With a 140 lb. safety hammer With
auto-tnp mechamsm. Boring location measured from on-Site features With a laser
rangefinder. Surface elevation estimated from site ~urvey map provided by others
LOG OF TEST BORING BH-18-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approxImate boundanes. The transItion may be gradual
Figure A-20
Sheet 1 of 3
ProJect:
Job Number.
Location:
Coordinates
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: , Eastlng:
Surface Elevation'
Top of Casing Elev .
Drilling Method.
Sampling Method'
4? ci Q) .~ en
a. -
Z en (5
.......... >- CD CD
Q) l- I- .0
--
.s:: c... Q) E
- a. en ....
a. E E 3 CD >-
CD .s:: C/)
0 co 1Il 0 -
(j) en 03 0
-,
30
S-6
38
50/3
35
23
32
44
S-7
40
S-8
50/6
45
S-9
50/5
'"
o
S
l-
e
@ 50 S-10
t:>
Z
..:
a.
35
50/3
.....
a.
t:>
en
Cl
o
...J
o
....
q
M
o
UJ
...J
o
~ PanGE~
o
Cl
o
...J
Completion Depth
Date Borehole Started.
Date Borehole Completed:
Logged By:
Drilling Company.
GS
MATERIAL DESCRIPTION
Very dense to dense, brown, SAND and SILT. mOist to wet,
non-plastic, rapid dilatancy, fine grained, rare gravels, occasional
orange mottles. (Older Marine Drift) (Contmued)
Very dense, brown to gray, well-graded GRAVEL with Silt and Sand to
Gravelly SAND wet, mainly fine to coarse grained, trace Silt and clay
In matrix and coatings, moderately weathered layers, layered (Older
Drift / Outwash)
Unit Sa
Varied color, gravel fine, rounded, tabular and blocky, moderate
weathering.
Gravel mainly volcaniCS and quartzite, sub-angular to sub-rounded.
Unit Sa.
Dark gray gravel, moderately weathered With some clay coatings.
Brown gray gravelly sand, minor clay matrix
Gray gravelly sand, trace Silt clay matrix, sub-hOrizontally layered
59 Oft
Mud Rotary / HSA
Std Pen Test (SPT)
.
.
N-Value ...
PL
I
~RQD
o
Moisture LL
. I
Recovery ~
50 100
>>
553ft
7/18/06
7/18/06
SHE
Gregory Drilling
Remarks' STA 30+58,29' RT. SPT sampler driven with a 140 Ib safety hammer With
auto-trip mechanism Boring location measured from on-site features with a laser
rangefinder. Surface elevatron estimated from site survey map prOVided by others.
LOG OF TEST BORING BH-18-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The tranSition may be gradual
Figure A-20
Sheet 2 of 3
PrOject
Job Number.
Location'
Coordinates.
8th Street Bridges Replacem~nts Project
03-070
Port Angeles, Washington
Northing' , Easting.
Surface Elevation
Top of Casing Elev
Drilling Method
Sampling Method'
ci 0) c:: en
2 .....
Z 0- en (5
......... ~ co a>
a> I- .0
.r:. e. 0) en E
..... 0.. ....
e. E E ~ a> >.
a> .r:. (j)
Cl co C'Il 0 .....
CJ) rn iii 0
55 5-11
50/4
60
65
70
--1
--'
'"
52
S
I-
0
~
0
w
~
z
<(
ll.
...,
ll.
~
C/)
~
0
--'
0
r--
<;'
w
a:
0
ell
U.
0
~
0
-, --'
,
75
Completion Depth:
Date Borehole Started:
Date Borehole Completed:
Logged By:
Drilling Company'
PanGE~
MATERIAL DESCRIPTION
Very dense, brown to gray, well-graded GRAVEL with Silt and Sand to
Gravelly SAND: wet, mainly fine to coarse grained, trace Silt and clay
In matrix and coatings, moderately weathered layers, layered. (Older
Drift I Outwash) (Contmued)
Sand With ravel wet clean radln coarser downward.
Bottom of BOring.
59.0ft
Mud Rotary I HSA
Std Pen Test (SPT)
PL
I
~RQD
o
N-Value A
MOisture LL
. I
Recovery ~
50 100
553ft
7/18/06
7/18/06
SHE
Gregory Drilling
Remarks: STA 30+58,29' RT SPT sampler driven With a 140 lb. safety hammer with
auto-trip mechanism BOring location measured from on-site features With a laser
rangefinder Surface elevation estimated from site survey map prOVided by others
LdG OF TEST BORING BH-18-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transItion may be gradual
Figure A-20
Sheet 3 of 3
Projl!ect:
Job Number.
Location.
Coordinates
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: , Eastlng:
Surface Elevation
Top of Casing Elev .
Drilling Method
Sampling Method
........ c:i CD .!: m
-
.;= Z 0- m -0
......- >- (0 Q)
I-
Q) - I- .0
.r:. a. CD E
- 0.. C/l L-
a. E E :: Q) >.
Q) .r:. C/)
Cl ell <Il 0 -
C/) (j) iIi 0
0
MATERIAL DESCRIPTION
Medium stiff, gray brown and orange, Sandy, Silty CLAY: moist to wet,
low plastic, no dilatancy, trace fine rounded gravel, sand fine grained,
scattered organics, moderate weathering. (Mass Wasting Deposits).
545ft
Mud Rotary / HSA
Std. Pen Test (SPT)
.
N-Value A
PL
I
~RQD
o
MOisture LL
. I
Recovery ~
50 100
5 3 Unit 1
8-1 3
4
~,
~ooe.re~rn~e~~~~gffi0~~~~~~yGMVE~~--
SAND wet, gravel fine grained, subangular to subrounded, matrix low
to medium plastiC, mainly clast supported, moderately weathered.
10 (Valley Alluvium / Mass Wasting DepOSits)
2
5-2 4
3 .
Unit 1
-.J
..J
'"
0
S
I-
0
c.:>
0
w
c.:>
z
<l:
D-
...,
D-
c.:>
(f)
c.:>
0
...J
0
>-
<;>
'"
0
W
...J
0
J:
W
a:
0
co
u..
0
c.:>
0
...J
15
2
2
4
G5
Very stiff to hard, brown gray grading to dark gray, Lean CLAY with
Sand: mOist, low to medium plastiC, slow dilatancy, occasional sand
and/or gravel seams, massive laminated (Older Marine Drift).
Unit 5b
Dark gray Silty clay, With small white grains
70.9ft
7/19/06
7/19/06
SHE
Gregory Drilling
Remarks' STA 18+14, 9' LT. SPT sampler driven With a 140 lb. safety hammer With
auto-trip mechanism BOring location measured from on-site features With a laser
rangefinder. Surface elevation estimated from site survey map provided by others
LOG OF TEST BORING BH-19-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
5-3
20
5
7
10
5-4
25
12
19
5-5
Completion Depth.
Date Borehole Started:
Date Borehole-Completed
Logged By:
Drilling Company:
PanGE~
Figure A-21
Sheet 1 of 3
-
35 20
S-7 50/6
.
40 2G
S-8 35
50/6
.
--'
-,
--'
CD
Q
S
l-
e
Cl
0
w
Cl
z
<I:
a.
..,
a.
Cl
en
Cl
0
-'
0
...
SO
w
0::
0
CD
U.
0
Cl
0
-'
Project
Job Number
Location'
Coordinates'
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' , Eastmg:
Surface Elevation
Top of Casing Elev.:
Drilling Method
Sampling Method'
Mud Rotary 1 HSA
Std. Pen. Test (SPT)
54 Sft
N-Value A
........ ci Q) c: en
+-'
il== Z a. en "0
- >. to Q)
Q) t- -- r- ..c
.I:; a. Q) E
+-' a. en ....
a. E E ~ Q) >.
Q) .I:; (f)
0 roo ll! 0 +-'
(f) en CO 0
PL
I
~RQD
o
MATERIAL DESCRIPTION
Moisture LL
. I
Recovery ~
100
Very stiff to hard, brown gray grading to dark gray, Lean CLAY with
Sand. mOist, low to medium plastiC, slow dilatancy, occasional sand
andlor gravel seams, massive laminated (Older Marine Drift).
~~@~~-------------------------
Very dense, multl-colored Clayey SAND and GRAVEL moist to wet,
sand and gravel both coarse, clast-supported, deeply weathered.
(Older Drift)
30
S-6
18
46
42
Unit Sa
Hard, gray SILT to Silty CLAY: wet, non-plastic (top) to low plastiC, fine
sand laminae at top With pinch and swell structures. (Older Marine
Drift).
Unit 5b.
Dark brown and light gray brown banded, bedding dip to 200, possible
peaty organic laminae
Very dense, gray, Silty SAND' wet, fine to medium gramed With trace
of coarse grains, clean, hOrizontally laminated (Older Alluvium 1
Outwash)
45
Unit 5c.
40
50/6
S-9
50
Reddish gray, well laminated
39
37
50/6
GS
S-10
Completion Depth
Date Borehole Started
Date Borehole Completed:
Logged By
Drilling Company
Remarks: STA 18+14, 9' LT. SPT sampler driven With a 140 Ib safety hammer With
auto-trip mechanism. BOring location measured from on-site features With a laser
rangefinder Surface elevation estimated from site survey map provided by others
70.9ft
7/19/06
7/19/06
SHE
Gregory Drilling
PanGE~
LOG OF TEST BORING BH-19-06
I N COR P 0 RAT E D
Phone: 206.262.0370,
The stratlficallon lines represent approximate boundaries The transition may be gradual.
Figure A-21
Sheet 2 of 3
Project.
Job Number
Location"
Coordinates:
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing: , Easting:
Surface Elevation:
Top of Casing Elev.:
Dnlling Method:
Sampling Method:
......... ci Q) .!: en
...
~ Z D- en "0
>. CD Q)
Q) l- I-- .0
..c Q) -- E
... 0. a. en ....
a. E E ~ Q) >-
Q) ..c (j)
0 co co 0 ...
(j) (f) m 0
55 5-11
50/6
"'
60 5-12
50/3
65 S-13
50/4
70
47
50/5
S-14
<D
o
!:2
75
I-
o
C)
o
l1J
C)
Z
<(
0.
....,
0.
C)
(/)
C)
o
...J
o
,...
'9
'"
o
l1J
...J
o
~ PanGEe&
o
C)
o
...J
Completion Depth.
Date Borehole Started.
Date Borehole Completed.
Logged By:
Drilling Company.
MATERIAL DESCRIPTION
Very dense, gray, Silty SAND. wet, fine to medium grained With trace
of coarse grains, clean, horizontally laminated (Older Alluvium /
Outwash). (Continued)
Light gray brown, fine to medium sand, laminated, 80% quartz, 20%
lithic grains.
Very dense, light brown gray to olive brown, GRAVEL With Sand: moist
to wet, trace silt and clay In matrix and salmon colored coatings, fine
to coarse grained sub-rounded and blocky, moderately weathered,
clast supported. (Older Dnft / Outwash).
Unit Sa
Fine to coarse sand With fine gravel, sub-rounded, tabular to blocky,
grain alignment
Olive brown fine to coarse sand, trace gravel, clean and laminated.
Bottom of Bonng.
545ft
Mud Rotary / HSA
Std. Pen Test (SPT)
PL
I
~RQD
o
.
N-Value A
MOisture
.
LL
I
Recovery ~
50 100
.
>>
709ft
7/19/06
7/19/06
SHE
Gregory Drilling
Remarks. ST A 18+14, 9' L T 5PT sampler driven with a 140 lb. safety hammer With
auto-tnp mechanism Boring location measured from on-site features with a laser
rangefinder Surface elevation estimated from site survey map provided by others
LOG OF TEST BORING BH-19-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes The transition may be gradual
Figure A-21
Sheet 3 of 3
Project
Job Number.
Location'
Coordinates.
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing' , Eastlng:
Surface Elevation
Top of Casing Elev .
Drilling Method:
Sampling Method
..-.. ci Q) c lJ)
-
~ Z c. lJ) 0
- >. co Q)
Q) l- I-- .c
..c Q) -- E
- c.. Ci lJ) '-
a. E E 3: Q) >.
Q) ..c C/)
0 ell III 0 -
C/) CI) in 0
0
5
o
o
2
S-1
10
9
15
15
S-2
15
13
18
30
S-3
20
-,
lD
e
!:l
I-
o
Cl
o
UJ
Cl
~ 25
Q.
...,
Q.
Cl
rn
Cl
o
...J
o
....
q
Completion Depth:
Date Borehole Started
Date Borehole Completed:
Logged By.
Drilling Company:
~ PanGE~
o
Cl
o
...J
MATERIAL DESCRIPTION
Very loose/soft, dark gray, SAND, SILT and CLAY: wet (saturated),
with abundant organics. (Alluvium, Overbank Deposits)
Unit 1.
Dense, brown to gray, GRAVEL with Sand: wet, fine to coarse
grained, rounded and blocky gravel, minor clay In matrix, slightly
weathered, sub-honzontallayerlng. (Alluvium)
Unit 1
Clast supported, minor silt clay matrix
Bottom of Boring Drilling refusal uSing these methods.
47.0ft
Mud Rotary / HSA
Std. Pen Test (SPT)
N-Value &
PL
I
~RQD
o
Moisture
.
LL
I
Recovery ~
50 100
17 Oft
7/19/06
7/19/06
SHE
Gregory Drilling
Remarks. ST A 16+91, 1 0' LT. SPT sampler dnven With a 140 lb. safety hammer With
auto-trip mechanism Bonng location measured from on-site features With a laser
rangefinder. Surface elevation estimated from site survey map provided by others.
LOG OF TEST BORING BH-20-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
Figure A-22
Sheet 1 of 1
---1
'"
0
S
f-
0
Cl
0
UJ
Cl
z
<(
11.
....,
11.
Cl
II)
Cl
0
-'
0
....
q
'"
0
UJ
-'
0
I
UJ
a::
0
CO
u.
0
Cl
0
-'
Project:
Job Number'
Location: .
Coordinates:
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing ,Easting:
Surface Elevation:
Top of Casing Elev.
Dnlling Method:
Sampling Method
ci Q) C l/l
2 .....
z c- l/l (5
.......... >- <D Q)
Q) l- I- .0
.J:: Q) -- E
..... a. c.. l/l '-
0.. E E := Q) >.
Q) .J:: (/)
0 co I1l 0 .....
(j) (/) CO 0
0
C-1
5
C-1
10 14
S-1 17
24
C-2
15 Grab GS
C-2
20
9
36
27
S-2
C-3
25 Grab
Completion Depth'
Date Borehole Started.
Date Borehole Completed:
Logged By'
Drilling Company:
MATERIAL DESCRIPTION
Very loose/soft, brown to gray, Interbedded SILT, Clayey SILT and
SAND moist - sand beds wet, organics, non-plastic to low plastic,
rapid dilatancy, gradational contacts (Alluvium, Overbank Deposits)
Gravel bed
Unit 1
Dense. brown, pooriY-graded GRAVEL with Siit and-Sand to GraveilY -
SAND: wet, trace Silt clay matnx, slightly weathered, layered
(AllUVium).
Dense, gravel with sand
Unit 1
10 - 20: brown gray, fine to coarse gravel with cobbles, wet, Silt clay
matnx
Dense, gray fine to medium sand, wet (top) becoming sandy fine to
coarse gravel (bottom)
21 5 - 29. dense, gray, fine to coarse sand with sandy gravel
interbeds, wet, with cobbles, contacts gradational, Silt and clay
coatings on cobbles.
47.0ft
Sonic Core
Sonic Core & Std Pen. Test (SPT)
N-Value ...
.
PL
I
~RQD
o
Moisture
.
LL
I
.
Remarks STA 16+91, 21' LT. SPT sampler driven with a down-hole, 140 lb. safety
hammer with auto-trip mechanism, tested to 45% effiCient Bonng location measured
from on-site features with a laser rangefinder. Surface elevation estimated from site
survey map provided by others.
90 Oft
8/14/06
8/14/06
SHE
PROSONIC, Corp
PanGE@
LOG OF TEST BORING BH-20a-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes The tranSition may be gradual
Figure A-23
Sheet 1 of 4
r-
ProJed'
Job Mumber'
Location.
Coordinates
,-
I
r --
!
I
30
5-3
C-4
35
C-4
C-4
40
5-4
C-5
45
i
_J
co
52
S
.....
e
(!)
0
w
(!)
z
q:
!L
...,
!L
(!)
(f)
(!)
0
-'
0
l"-
e;>
I
W
0:
0
m
u.
0
(!)
0
-'
C-5
50
S-5
C-G
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing ,Easting:
17
50
34
3
4
3
4
50/6
Completion Depth'
Date Borehole Started'
Date Borehole Completed
Logged By'
Dnlling Company
....... 0 Q) .!: en
-
:s z Co en (5
>. CD Q)
I-
a> -- ~ .0
.c a.. Q) E
.- a. en ....
0. E E 3: Q) >-
Q) .c en
Cl co III 0 -
(/) en CO 0
C-3
Surface Elevation:
Top of Casing Elev.:
Drilling Method.
Sampling Method:
MATERIAL DESCRIPTION
Dense, brown, poorly-graded GRAVEL with Silt and Sand to Gravelly
SAND: wet, trace silt clay matrix, slightly weathered, layered
(Alluvium). (Continued)
Dense, brown and gray, Sandy GRAVEL WIth Silt: wet, fine to coarse,
silt and clay matrix, moderately weathered, till-like. (Older GlaCial
Drift).
Unit Sa.
Very dense, gray SAND' wet, fine grained, some Silt to Silty,
non-plastic, rapid dilatancy, indistinctly laminated (Older Outwash).
Unit 5c.
Hard, gray to light brown, Silty CLAY grading to Clayey SILT' moist,
low to medium plasllc, laminated With sand lenses, top contact
weathered red brown, pocket penetrometer 2 0 - 3 5 TSF (Older
Marine Dnft).
Unit 5b.
Dense, brown SAND. dry to wet, fine to medium grained, trace Silt,
trace to some fine gravel, layered. (Older Outwash).
Unit 5c
Heave In bOring, sample disturbed; blowcounts unreliable
Brown, fine sand, wet, fine bedded with gray clayey gravel lenses
Dense, brown gray, SAND and GRAVEL' wet, fine to coarse grained,
medium bedded With finer / coarser beds (Older Outwash).
Unit 5c
Very dense, brown gray SILT' moist, trace fine sand, non-plasllc,
maSSive, pocket penetrometer to maximum. (Older Glacial Drift).
Unit 5b
Very dense, brown, Sandy GRAVEL. wet, fine to coarse with slit clay
matrix, subrounded, blocky and tabular (Older Drift)
47 Oft
Sonic Core
Sonic Core & Std. Pen. Test (SPT)
N-Value.
PL
I
~RQD
o
MOisture LL
. I
Recovery ~
50 100
90 Oft
8/14/06
8/14/06
SHE
PROSONIC, Corp.
Remarks. STA 16+91, 21' LT. SPT sampler driven with a down-hole, 140 lb. safety
hammer With auto-trip mechanism, tested to 45% efficient BOring location measured
from on-site features with a laser rangefinder Surface elevallon estimated from site
survey map prOVided by others
PanGE@
LOG OF TEST BORING BH-20a-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
Figure A-23
Sheet 2 of 4
-
'"
0
S
I-
0
C)
0
w
C)
z
a:
...,
0..
C)
(/)
g
...J
0
t-
q
C"l
0
W
...J
0
I
W
a::
0
al
lL
0
C)
0
...J
75
C-8
Completion Depth
Date Borehole Started'
Date Borehole Completed'
Logged By:
Drilling Company'
PanGE@
Unit 5c.
90 Oft
8/14/06
8/14/06
SHE
PROSONIC, Corp
Remarks: STA 16+91, 21' LT. SPT sampler driven with a down-hole, 140 Ib safety
hammer with auto-trip mechanism, tested to 45% efficient. Boring location measured
from on-site features with a laser rangefinder. Surface elevation estimated from site
survey map provided by others.
LOG OF TEST BORING BH-20a-06
I NeD A P 0 A ATE D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
Figure A-23
Sheet 3 of 4
PrOject
Job Number:
Location'
Coordinates'
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing ,Eastrng'
........ 0 Q) c: II)
-
~ Z a. II) "0
--- >. co Cl>
Cl> l- f- ..0
.c Q) -- E
- a. 0.. II) L-
a. E E ~ Cl> :>.
Cl> .c CJ)
Cl ctl co 0 -
CJ) en CO 0
~rau
C-8
80
C-9
Grab ~
C-9
85
Grab ~
f--
90
95
_J
--,
CD
!;2
S
I-
0
Cl
0
w
Cl
z
~
..,
B-
Cl
Ul
Cl
0
-'
0
....
0
M
w
0::
0
Ul
u..
0
Cl
0
-'
100
Completion Depth:
Date Borehole Started:
Date Borehole Completed.
Logged By:
Drilling Company.
PanGE~
Surface Elevation
Top of Casing Elev.:
Drilling Method:
Sampling Method:
47.0ft
Sonic Core
SOniC Core & Std. Pen Test (SPT)
N-Value &
MATERIAL DESCRIPTION
Dense, brown gray SAND: wet, fine to medium grained, trace to some
silt, homogeneous. (Older Outwash). (Continued)
Grading to silty fine sand to sandy silt, wet, non-plastic, rapid
dilatancy, Indistinctly laminated.
90.0ft
8/14/06
8/14/06
SHE
PROSONIC, Corp.
Bottom of BOring
PL
I
~RQD
o
Moisture LL
. I
Recovery ~
50 100
Remarks: STA 16+91, 21' LT. SPT sampler driven With a down-hole, 140 lb. safety
hammer With auto-triP mechanism, tested to 45% efficient BOring location measured
from on-site features With a laser rangefinder. Surface elevation estimated from site
survey map provided by others
LOG OF TEST BORING BH-20a-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries. The transition may be gradual
Figure A-23
'Sheet 4 of 4
Project.
Job Number.
Location:
Coordinates:
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing. , Easting
Surface Elevation:
Top of Casing Elev.
Dnlllng Method.
Sampling Method.
47.0ft
Mud Rotary / HSA
Std. Pen. Test (SPT)
N-Value A
~ c:i Q) c:: tJ)
.....
Z Co tJ) "'6
........- >- CD Q)
Q) I- -- I- .0
.!:: Q) E
..... a. a. tJ) ....
a. E E == Q) :>.
Q) .!:: C/)
0 ttl III 0 .....
(/) CIJ 03 0
0
MATERIAL DESCRIPTION
PL
I
~RQD
o
MOisture
.
LL
I
Recovery ~
50 100
Soft, dark brown, Organic SILT. wet. (Alluvium, Overbank Deposit).
Unit 1.
Dense to very dense, gray, Interbedded Silty SAND and GRAVEL:
wet, trace clay, fine to coarse grained, gravel sub-angular to
sub-rounded, clast supported (Alluvium).
5-1
11
21
23
Unit 1
5
10 12
5-2 26
35
.
.~ ------------------------------
Medium stiff, brown, Organic SILT mOist to wet, slightly weathered,
layered (AllUVium, Overbank DepOSits).
15 3 Unit 1
5-3 12
------------------------------
24 Very dense, multicolored green gray, Sandy GRAVEL: mOist to wet,
fine to coarse grained, slightly weathered, layered (AllUVium).
Unit 1.
-'
20 5-4 50/4 >>
Bottom of Bonng. Dnlling refusal using these methods..
<0
~
s:1
b
C)
o
UJ
C)
~ 25
Cl.
...,
Cl.
C)
f/)
C)
o
...J
o
ro-
q
'"
o
UJ
...J
o
~ PanGE~
o
C)
o
...J
Completion Depth
Date Borehole Started.
Date Borehole Completed:
Logged By:
Drilling Company:
203ft
7/20/06
7/20/06
SHE
Gregory Drilling
Remarks. STA 15+41, 29' L T SPT sampler dnven With a 140 lb. safety hammer with
auto-trip mechanism Bonng location measured from on-site features with a laser
rangefinder. Surface elevation eslimated from site survey map provided by others.
LOG OF TEST BORING BH-21-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratlficalion lines represent approximate boundanes The transition may be gradual
Figure A-24
Sheet 1 of 1
Project
Job Number.
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: , Easting.
Surface Elevation:
Top of Casing Elev .
Dnlllng Method
Sampling Method.
........ 0 Ql .!: en
-
il= Z c- en (5
- >. co Q)
Q) l- I- .c
.c Ql - E
- a. a. en ....
a. E E ;: Q) >.
Q) .c en
0 co 11I 0 -
(j) (f) a:i 0
0
C-1 '
Grab
---
5
C-1
--,
10
13
13
14
S-1
C-2
15
--
- i
~
CD
0
S
I-
0
Cl
0
UJ
Cl
z
..:
a.
...,
a.
Cl
(J)
Cl
0
-'
0
....
'i'
UJ
a:
0
co
u..
0
Cl
0
-'
10
10
6
C-2
20
S-2
C-3
25 Grab
Completion Depth:
Date Borehole Started'
Date Borehole Completed:
Logged By'
Drilling Company
PanGE~
47 Oft
Sonic Core
SOniC Core & Std Pen Test (SPT)
N-Value.
MATERIAL DESCRIPTION
Loose, dark brown, silty SAND: mOist to wet, abundant organics
(Alluvium, Overbank Deposits).
Loose to medium dense, gray, GRAVEL with sand: very wet, some
Silt, contains cobbles. 6"-thick wood obstruction at approximately 4'
(Alluvium).
No recovery from 4' to 10'.
Unit 1
-Becomes medium dense, medium to coarse grained sand, water
bearing
Very soft, dark brown, organic SILT wet, contains rounded fine gravel
(Alluvium)
Medium dense, gray, SAND With Silt and gravel water bearing,
medium to coarse grained (AllUVium, Overbank Deposits)
Interlayered With roughly 6"-thick rounded fine gravel (pea gravel)
layers
Trace organics, Increase In fines at tip of sampler.
Loose, dark brown to grayish brown, SILT wet, abundant fine organic
lJ2a~!:!?[j~lJ.Yi!!.m...J.. Q.v~~~ .Qftl?Q?I~L _ _ _ _ _ _ _ _ _ _ _ _
Loose to medium dense, gray, Silty fine to medium grained SAND.
very wet (AllUVium).
6"-thlck rounded fine gravel layer (pea gravel) at upper contact.
PL
I
~RQD
o
Moisture LL
. I
Recovery ~
50 100
815ft
8/15/06
8/15/06
STS
PROSONIC, Corp
Remarks' ST A 15+41, 50' L T SPT sampler driven with a down-hole, 140 Ib safety
hammer WIth auto-triP mechanism, tested to 45% effiCient Boring location estimated from
on-site features Surface elevation estimated from site survey map provided by others.
LOG OF TEST BORING BH-21 a-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual.
Figure A-25
Sheet 1 of 4
ProJect.
Job Number:
Location:
Coordinates
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' , Eastlng:
Surface Elevation:
Top of Casing Elev.:
Drilling Method:
Sampling Method.
- ci Q) .S: en
-
~ Z a. en 0
~ CD (l)
(l) - f- .0
..c: c.. Q) E
- a. en ....
a. E E ~ (l) >-
(l) ..c: C/)
0 m CIl 0 -
C/) en in 0
C-3
30 C-3
4 Dense, gray, GRAVEL with silt and sand: wet, contains thin lenses of
8-3 10 silty fine sand Soft, wet, slightly decayed log In core (Older Glacial
24 Drift)
Unit 5a
C-4 Very dense, greenish gray, SILT' mOist, 1 "-thick clean sand lenses In
upper portion of silt layer, trace slickensIdes, trace organic fragments,
PP= 4 0-4 5 tsf Laminated, fine sand along lamination planes (Older
35 Marine/Glacial Drift)
Unit 5b
C-4 Dense, brown, medium to coarse grained SAND With silt: mOist to wet,
occasional rounded fine gravel, Iron oxide staining (Older Outwash)
-.. .
C-4 Unit 5c.
40 Grades to fine to medium grained sand, 2"-thlck heavily Iron OXide
S-4 stained layer Sampler over driven from 40' to 43 5' Blowcounts
unreliable, not reported.
...,
a.
C!)
(/)
C!)
o
..J
o
...
<;>
""
o
W
..J
o
~ PanGE~
o
C!)
o
..J
45
S-4
C-5
-,
C-5
<0
!2
S
I-
o
@ 50 S-5
C!)
z
<C
a.
43
50/3
Completion Depth:
Date Borehole Started:
Date Borehole Completed
Logged By.
Drilling Company.
MATERIAL DESCRIPTION
Medium stiff to stIff, gray, clayey SILT' wet, trace fine sand, thin
organic lenses, contains fine gravel, PP=1 0 tsf (Alluvium, Overbank
Deposits)
Unit 1.
Becomes light brown
Unit 5a
Alternating dark brown layers
Localized increase In fines, contains clay.
Becomes very dense, increase In iron OXide staining.
o
47.0ft
SOniC Core
SOniC Core & Std Pen. Test (SPT)
N-Value ...
.
PL
I
~RQD
o
MOisture
.
LL
I
Recovery ~
50 100
815ft
8/15/06
8/15/06
STS
PROSONIC, Corp
Remarks STA 15+41, 50' LT. SPT sampler driven With a down-hole, 140 lb. safety
hammer With auto-trip mechanism, tested to 45% efficient. Boring location estimated from
on-site features. Surface elevatIon estImated from site survey map provided by others.
LOG OF TEST BORING BH-21 a-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transItion may be gradual
Figure A-25
Sheet 2 of 4
Surface Elevation
Top of Casing Elev :
Drilling Method:
Sampling Method:
47.0ft
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing. , Easting'
Project
Job Number:
Location'
Coordinates:
Sonic Core
Sonic Core & Std. Pen Test (SPT)
N-Value A
..-.. ci Q) c en
.....
~ Z a. en 0
--- ~ CD Q)
Q) t- .c
.c Q) - E
..... Ci Ii en '-
a. E E ;: Q) >.
Q) .c C/)
0 ctl 11I 0 .....
C/) en CO 0
C-6
PL
I
~RQD
o
Moisture
.
LL
I
MATERIAL DESCRIPTION
Recovery ~
50 100
Very dense, gray GRAVEL with Silt and sand' wet, contains cobbles
(Older Outwash/Drift). (Continued)
Very dense, brown, coarse grained clean SAND. very wet (Older
Outwash).
55 Grab
Unit 5c.
C-6
Increase In fines and gravel (SP-SM/GP-GM), contains cobbles.
60 C-6
1
8-6 50/4
C-7
Grab
65
C-7
Very dense, graYish brown, fine to medium grained SAND with Silt.
moist to wet, contains small mica flakes (Older Outwash).
Unit 5c.
70 C-7
1
8-7 1
1
24
C-8
SPT sampler driven In drilling slough. Blow counts not ~epresentative
-.J
--,
--J
'"
52
!:1
--
0
Cl
0
w
Cl
Z
<(
Q.
-,
Q.
Cl
en
Cl
0
...J
0
l'-
q
w
0::
0
to
LL
0
Cl
0
...J
Dense, Silty fine to medium grained SAND: moist to wet, contains
small mica flakes Interlayered 2"-4" thick Silt lenses, PP=4 0 tsf
(Older Outwash)
C-8
75
Unit 5c
Remarks' ST A 15+41, 50' L T SPT sampler driven With a down-hole, 140 lb. safety
hammer With auto-trip mechanism, tested to 45% effiCient Boring location estimated from
on-site features Surface elevation estimated from sit~ survey map proVided by others
Completion Depth.
Date Borehole Started.
Date Borehole Completed'
Logged By:
Drilling Company'
815ft
8/15/06
8/15/06
STS
PROSONIC, Corp.
PanGE&>
LOG OF TEST BORING BH-21 a-06
Figure A-25
Sheet 3 of 4
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transItion may be gradual
Project.
Job Number:
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: , Easting:
Surface Elevation
Top of Casing Elev .
Dnlling Method.
Sampling Method
47.0ft
..-.. ci Q) !: l/)
-
4:: Z Co l/) 0
--- >- co Q)
Q) l- I-- ..c
L: Q) -- E
....... a. a. l/) ....
a. E ~ Q) >.
Q) E L: en
0 co III 0 .......
en l/) ai 0
C-8
80 1
S-8 8
36
SOniC Core
SOniC Core & Std. Pen. Test (SPT)
N-Value ...
.
MATERIAL DESCRIPTION
PL
I
~RQD
o
Moisture
.
LL
I
Dense, Silty fine to medium grained SAND mOist to wet, contains
small mica flakes Interlayered 2"-4" thick Silt lenses, PP=4 0 tsf
(Older Outwash). (Continued)
Recovery ~
50 100
Bottom of Bonng.
85
~
90
95
-,
1
-1
<0
52
S
I-
0
CJ
0
UJ
CJ
z
~
..,
0..
CJ
(J)
CJ
0
-J
e
l"-
e
M
e
UJ
-J
0
J:
UJ
a:
0
III
U.
0
CJ
0
-J
100
815ft
8/15/06
8/15/06
STS
PROSONIC, Corp
PanGE~
Completion Depth
Date Borehole Started:
Date Borehole Completed:
Logged By.
Dnlling Company:
Remarks: STA 15+41, 50' LT. SPT sampler driven with a down-hole, 140 lb. safety
hammer with auto-tnp mechanism, tested to 45% efficient. Bonng location estimated from
on-site features Surface elevation estimated from site survey map prOVided by others
LOG OF TEST BORING BH-21 a-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes. The transItion may be gradual
Figure A-25
Sheet 4 of 4
r-
r -
.
[
~
r--
[
Project
Job Number'
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing' , Easting'
Surface Elevation'
Top of Casing Elev
Drilling Method:
Sampling Method'
ci <D .!: (/)
~ +-'
Z 0- (/) "0
......... >. co Q)
Q) l- I-- .0
..c <D -.. E
+-' a. c. (/) ~
a. E E 3: Q) :>.
Q) ..c (j)
0 ro t1l 0 +-'
(j) en CD 0
0
5
5
11
13
MATERIAL DESCRIPTION
Very sllff to hard, dark brown to green gray, Silty CLAY to Clayey
SILT: mOist, low plastiC to non-plastic, slow to rapid dilatancy, massive
to sub-horizontally laminated. (Older Marine Drift)
Rusty brown weathering, top of sample, sand seams.
Unit 5b.
8-1
10 9 Dry to mOist, small (1/4") bladed organics, randomly Oriented
8-2 17
. 25
Unit 5b
15 16 Grading to fine sand.
8-3 33
30
20
6
17
26
Laminated silty clay and clayey Site, with sand laminae and thin beds,
light and dark layering
Very dense, green gray SAND and GRAVEL. wet, fine to coarse,
rounded, blocky, trace clay and Silt In matrix and coatings, rounded
and blocky gravel (Older GlaCial Drift / Outwash).
8-4
co
~
!:1
t-
o
Cl
o
UJ
Cl
~ 25
24
36
Unit Sa.
60.0ft
Mud Rotary / HSA
Std. Pen Test (SPT)
N-Value A
PL
I
~RQD
o
Moisture LL
. I
Recovery ~
50 100
..,
0-
Cl
Ul
Cl
o
...J
o
....
q
'"
S-5
60Aft
7/18/06
7/19/06
SHE
Gregory Drilling
Remarks' STA 13+98, 12' RT. SPT sampler driven with a 140 Ib safety hammer with
auto-trip mechanism. Boring location measured from on-site features With a laser
rangefinder. Surface elevation estimated from site survey map prOVided by others.
~ PanGE~
o
Cl
o
...J
Completion Depth
Date Borehole Started.
Date Borehole Completed'
Logged By.
Drilling Company'
LOG OF TEST BORING BH-22-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundaries The transition may be gradual
Figure A-26
Sheet 1 of 3
ProJect.
Job Number:
Location:
Coordinates.
8th Street Bndges Replacements Project
03-070
Port Angeles, Washington
Northing: , Easting:
Surface Elevation.
Top of Casing Elev:
Dnlllng Method:
Sampling Method:
......... ci Q) .!: III
-
;;:: Z C. III <5 PL
- >- (0 Q)
Q) l- I- .0 I
.s= Q) -- E MATERIAL DESCRIPTION
- 0.. a. III '-
0- E E ~ Q) >.
Q) .s= C/) ~RQD
0 co 111 .Q -
C/) en CD 0
0
Very dense, green gray SAND and GRAVEL wet, fine to coarse,
rounded, blocky, trace clay and silt in matrix and coatings, rounded
and blocky gravel (Older Glacial Dnft / Outwash). (Contmued)
Hard, green gray, Fat CLAY to Clayey SILT: mOist, low to medium
plastiC, slightly weathered fine sand seams at top, sub-honzontal
laminae (Older Marine Dnft).
30 10
5-6 26
46 Unit 5b.
b
g 50
~ S-10
z
<(
a.
..,
a.
Cl
en
Cl
o
-'
o
.....
<;>
'"
o
w
-'
o
I PanGE~
o
Cl
o
'-'
45
27
50/5
5-9
CD
e
8
~
26
50/6
Completion Depth'
Date Borehole Started.
Date Borehole Completed
Logged By'
Drilling Company'
Very dense, brown, Interbedded Clayey GRAVEL and SILT' mOist to
wet, gravel rounded and blocky, fine grained, mainly volcaniCS and
quartzite With one weathered through granitic, Silt laminated, low
plastiC, layers -6 Inches. (Older Glacial Dnft)
Unit Sa.
60.0ft
Mud Rotary / HSA
Std Pen Test (SPT)
.
N-Value ...
Moisture LL
. I
Recovery ~
50 100
60.4ft
7/18/06
7/19/06
SHE
Gregory Drilling
Remarks. STA 13+98,12' RT. SPT sampler dnven With a 140 lb. safety hammer With
auto-tnp mechanism. Boring location measured from on-site features With a laser
rangefinder. Surface elevation estimated from site survey map provided by others.
LOG OF TEST BORING BH-22-06
I N COR P 0 RAT E D
Phone: 206.262.0370
The stratification lines represent approximate boundanes The transition may be gradual
Figure A-26
Sheet 2 of 3
.
ProJect.
Job Number.
Location:
Coordinates:
8th Street Bridges Replacements Project
03-070
Port Angeles, Washington
Northing: , Eastlng:
Surface Elevation:
Top of Casing Elev.:
Drilling Method.
Sampling Method:
- 0 cD .!: C/l
.....
;t::: Z Q. C/l (5
- ~ co Q)
Q) I- ..c
.r: cD -- E
..... 0.. a. C/l ....
a. E E ~ Q) >-
Q) .r: U)
0 co l1J ..Q .....
U) C/) CD 0
55 5-11:;:S 50/4
60 5-12 ~ 50/5
"-"
65
70
<0
Q
~
75
I-
o
C>
o
w
C>
z
<(
a.
..,
a.
C>
(J)
C>
o
...J
e
....
e
,.\
Completion Depth:
Date Borehole Started.
Date Borehole Completed:
Logged By:
Drilling Company.
~ PanGE@
o
C>
o
...J
I N COR P 0 RAT E D
Phone: 206.262.0370
MATERIAL DESCRIPTION
~
;..''/1
~
~
~
~
~
~
;..
Very dense, brown, interbedded Clayey GRAVEL and SILT mOist to
wet, gravel rounded and blocky, fine grained, mainly volcanics and
quartzite with one weathered through granitic, Silt laminated, low
plastic, layers -6 Inches (Older GlaCial Drift). (Contmued)
------------------------------
Very dense, light brown SAND with Gravel. moist to wet, sand fine to
coarse grained, clast supported with Silt - clay matrix and coatings,
moderately weathered (Older Glacial Drift / Outwash)
Bottom of BOring
60.0ft
Mud Rotary / HSA
Std. Pen. Test (SPT)
PL
I
~RQD
o
N-Value &
Moisture
.
LL
I
Recovery ~
50 100
>>
604ft
7/18/06
7/19/06
SHE
Gregory Drilling
Remarks. STA 13+98, 12' RT SPT sampler driven With a 140 lb. safety hammer With
auto-trip mechanism BOring location measured from on-site features with a laser
rangefinder. Surface elevatton estimated from site survey map provided by others.
LOG OF TEST BORING BH-22-06
The stratification lines represent approximate boundaries The tranSition may be gradual.
Figure A-26
Sheet 3 of 3
.
Attachment H.
Project Plans
.
.